Tender

Framework Agreement for the Provision of Trades Contractors

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2025/S 000-031224

Procurement identifier (OCID): ocds-h6vhtk-0545ff

Published 10 June 2025, 12:09pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

KerriAnne Ben Ammar

Email

kerri-anne.benammar@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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

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

Framework Agreement for the Provision of Trades Contractors

Reference number

RC-CPU-24-163

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The purpose of this Framework Agreement is to give the Contracting Authorities (Renfrewshire Council, East Renfrewshire Council and ONEREN) a route to employ specialist contractors to carry out reactive repair, maintenance and lower value one-off projects.

The trades required would be;

~ Electricians

~ Joiners

~ Plumbers

~ Plasterers and Ceramic Tilers

~ Painters and Decorators

~ Glaziers

~ Tile and Slate Roofers

~ Flat Roofers

~ Blacksmiths and Metal Fence Erectors

~ Suspended Ceiling Installers

~ Heating Engineers

~ General Builders

There are Lots for individual trades groups (as mentioned above) and also a Lot for Multi-Trades should an individual work package require the coordinated use of various trades to enable its completion.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Electrical Contractors

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of electrical contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned electrical works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years.

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Joinery Contractors

Lot No

2

two.2.2) Additional CPV code(s)

  • 45421000 - Joinery work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of joinery contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned joiner works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years.

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Plumbing Contractors

Lot No

3

two.2.2) Additional CPV code(s)

  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of plumbing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned plumber works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Plastering and Ceramic Tiling Contractors

Lot No

4

two.2.2) Additional CPV code(s)

  • 45410000 - Plastering work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of plastering and ceramic tiling contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned plastering and ceramic tiling works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

6. The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Painting and Decorating Contractors

Lot No

5

two.2.2) Additional CPV code(s)

  • 45442100 - Painting work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of painting and decorating contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned painting and decorating works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Glazing Contractors

Lot No

6

two.2.2) Additional CPV code(s)

  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of glazing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned glazing works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Tile and Slate Roofing Contractors

Lot No

7

two.2.2) Additional CPV code(s)

  • 45261211 - Roof-tiling work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of roof tiling and slating contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned roof tiling and slating works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Flat Roofing Contractors

Lot No

8

two.2.2) Additional CPV code(s)

  • 45261211 - Roof-tiling work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of flat roofing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned flat roofing works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Blacksmiths and Metal Fencing Contractors

Lot No

9

two.2.2) Additional CPV code(s)

  • 71550000 - Blacksmith services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of Blacksmith and Metal Fencing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned Blacksmith and Metal Fencing works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Suspended Ceiling Contractors

Lot No

10

two.2.2) Additional CPV code(s)

  • 45421146 - Installation of suspended ceilings

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of Suspended Ceiling contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned Suspended Ceiling works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Heating Engineers

Lot No

11

two.2.2) Additional CPV code(s)

  • 71314310 - Heating engineering services for buildings

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of Heating contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned Heating Engineer works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

General Builders

Lot No

12

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of General Building contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned General Builders works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Multi Trades Contractors

Lot No

13

two.2.2) Additional CPV code(s)

  • 45262600 - Miscellaneous special-trade construction work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of Multi Trades Contractors to provide a reactive repair and maintenance service to the Contracting Authorities. There will also be an option to procure planned Multi Trades works under this Lot.

Contractors awarded onto this Lot would require to be able to provide all the trades from Lots 1 to 12 to be deployed on a single Work Package as required. Contractors may also be required to provide trades not specifically included within Lots 1 to 12.

Where a multi trades Work Package is awarded the Contractor will be required to supervise and coordinate all the trades under their control to ensure the efficient completion of the Work Package.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 2 years with the Council having the option to extend the Framework for an additional up to 12-month period on 2 separate occasions. Given a potential Framework duration of 4 years

two.2.10) Information about variants

Variants will be accepted: No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As contained within the Invitation to Tender

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 65

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

Date

14 July 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 July 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The bidder must complete and submit, WITH THEIR TENDER RESPONSE the following documents;

~ Completed Contract Data Part 2

~ Completed Offer Worksheet(s) relevant to the Lot or Lots that you are bidding for.

~ Tender Declaration Page(s) relevant to the Lot or Lots that you are bidding for.

~ Completed Tender Compliance Certificate.

The Offer Worksheets and Tender Declaration Pages can be found within the attachment area of each individual Lot ITT. Please ensure that you complete the Offer Worksheet and Declaration Page for each Lot you are bidding for and reattach your completed documents in the attachment area of the relevant Lot.

The Contract Data Part 2 and the Tender Compliance Certificate can be found within a folder entitled “Contract Documents” uploaded into the Attachment Area of the Master ITT.

The bidder may also be required to complete and submit, at “REQUEST FOR DOCUMENTATION STAGE” the following Supplementary documents (S Docs);

~ S1 - Equalities Questionnaire

~ S2 - Equalities Declaration

~ S3 - No Collusion Certificate

~ S4 - Prompt Payment Certificate (if subcontractors are to be used)

~ S5 – Registered Waste Carrier Form

~ S7 - Health and Safety Questionnaire

The above mentioned documents are provided with the tender documents and can be located within a folder entitled “Supplementary Documents” uploaded into the Attachment Area of the Master ITT.

Within the Technical Envelope of the Master ITT, tenderers are requested to provide information in relation to their organisation and workforce. It should be noted that the detail requested in this section is for information only and will not form part of the award criteria and therefore has a “0” weighting.

Tenderers are also required to provide responses to the Quality criteria as stated within the Invitation to Tender.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29443. 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:

Bidders are requested to refer to the document entitled Community Benefit Outcome Menu and state, in their tender response, how many Community Benefits Points (CBPs) they would commit to offering per GBP100K of spend per Lot through this Framework Agreement.

(SC Ref:801284)

six.4) Procedures for review

six.4.1) Review body

See VI.4.3

See VI.4.3

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 Sessions

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom