Tender

Council Wide Laundry Maintenance

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2025/S 000-050585

Procurement identifier (OCID): ocds-h6vhtk-058c42

Published 21 August 2025, 3:18pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Stuart McLean

Email

stuart.mclean@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

https://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

https://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

Council Wide Laundry Maintenance

Reference number

RC-CPU-25-103

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Renfrewshire Council (the Council) are seeking to enter into a contract in respect of a suitably experienced Service Provider to provide servicing and maintenance for the current Council wide laundry equipment and provide reactive repairs across various properties within the Council area.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire

two.2.4) Description of the procurement

The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold Open Tender procedure relating to a Services Contract.

two.2.5) Award criteria

Quality criterion - Name: Demonstration of your approach to reaction, processes Site Establishment and Control following receipt of task order taking consideration of time scales work required / Weighting: 10

Quality criterion - Name: Demonstration of Material Procurement including lead times on components and the contract requirement for First-Time-Fix / Weighting: 10

Quality criterion - Name: Demonstration of Workmanship / Work on Site whilst working in a live public environment / Weighting: 10

Quality criterion - Name: Demonstration of Identification of Risks and Subsequent Mitigation of Risks Identified including how risks are reported / Weighting: 10

Quality criterion - Name: Demonstrations of Liaising with the Council Project Team including how you will communicate with Council Staff / Weighting: 10

Quality criterion - Name: Community Benefits Outcome Menu / Weighting: 2

Quality criterion - Name: Community Benefit Methodology / Weighting: 3

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

Price - Weighting: 40

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

Start date

28 January 2026

End date

27 January 2029

This contract is subject to renewal

No

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

Tenderers are required to provide evidence of registration with an accreditation to the Fleet Operator Recognition Scheme (FORS) at a minimum of Bronze Level Accreditation (or equivalent)

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


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

Date

22 September 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

Tender must be valid until: 16 February 2026

four.2.7) Conditions for opening of tenders

Date

22 September 2025

Local time

12:00pm

Place

Renfrewshire


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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29874. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Community Benefits will be included in this procurement on an evaluated basis.

The Community Benefit Outcome Menu will be used. Each tender will include an expectation of 30 Community Benefit points.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29874. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

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:

Community Benefits will be included in this procurement on an evaluated basis.

The Community Benefit Outcome Menu will be used. Each tender will include an expectation of 30 Community Benefit points.

(SC Ref:807775)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

See VI.4.3) below

See VI.4.3) below

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 Procurement Reform (Scotland) Act 2014 may bring proceedings in the Sheriff Court or the Court of Session in accordance with the Procurement Reform (Scotland) Act 2014.

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