Tender

Specialist Cleaning, Cleaning, Clearances and Adhoc Services

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2025/S 000-051094

Procurement identifier (OCID): ocds-h6vhtk-058d64

Published 25 August 2025, 3:40pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Kevin Milliken

Email

kevin.milliken@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.publictenderscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

Specialist Cleaning, Cleaning, Clearances and Adhoc Services

Reference number

RC-CPU-23-009

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

Renfrewshire Council ("the Employer") has the requirement to appoint a Contractor to carry out specialist cleaning, general cleaning, clearances of gardens, communal areas and void/tenanted properties. As well as deal with any adhoc services as mentioned in the Service Information that may be included in the Task Order.

This Contract is for Part 2 Services only, work will be issued via Task Order, there is no guarantee of work and spend.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90918000 - Bin-cleaning services
  • 90911100 - Accommodation cleaning services
  • 45452000 - Exterior cleaning work for buildings
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services

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 Employer wishes to appoint a Contractor to provide the Employer with a Specialist Cleaning, Cleaning, Clearances and Adhoc Services requirement across the Council. This Contract is for Part 2 Services only.

Part 2 Services may include specialist cleaning requirements such as trauma cleans/ hazardous cleans, house, communal and garden clearances and adhoc requirements. Work for these requirements will be issued via Task Order and there is no guarantee of work or spend.

Delay Damages – Tenderers should note that Delay Damages may apply to Part 2 Services. The Delay Damages will vary depending on the requirements and the Employer reserves the right to apply Delay Damages to a Task Order where necessary.

two.2.5) Award criteria

Quality criterion - Name: Methodology and Approach - Voids / Weighting: 10

Quality criterion - Name: Collaboration and Communication / Weighting: 10

Quality criterion - Name: Turnaround Times / Weighting: 10

Quality criterion - Name: Resource / Weighting: 10

Quality criterion - Name: Quality of Work / Weighting: 10

Quality criterion - Name: Methodology and Approach - Housing Services / Weighting: 10

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

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

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

Price - Weighting: 30

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 Contract will be for an initial Service Period of 24 months from the Starting Date anticipated to be 5th January 2026, with the option to extend on two separate occasions for a period up to 12 months on each occasion. Any extension will be at the sole discretion of the Employer.

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.1.2) 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

24 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: 20 February 2026

four.2.7) Conditions for opening of tenders

Date

24 September 2025

Local time

12:00pm

Place

Renfrewshire Council

Information about authorised persons and opening procedure

The Tender will be opened by two procurement officers.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Further Notices will be issued in advance of any expiry dates in Service Period or extensions.

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 Recommended Tenderer will be required to provide at Request for Documentation stage the following documents:

S1 Equalities Questionnaire

S2 Equalities Declaration

S5 Prompt Payment Certificate

S6 Waste Carrier

S9 List of Proposed Sub-Contractors

S10 Parent Company Guarantee

New Supplier Request

Insurance Certificates to the levels set in the Procurement Documents

Health & Safety Questionnaire and supporting documentation

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29432. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:808149)

six.4) Procedures for review

six.4.1) Review body

Please refer to VI.4.3 below

UK

UK

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Please refer to VI.4.3 below

UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risk 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