Renfrewshire Council Transportation Framework Tender
Summary
Renfrewshire Council has published a tender notice for a new Framework for Transportation services, replacing a previous framework that expired in January 2026. The notice outlines four lots for additional support needs buses and taxis, and ad hoc buses and taxis.
What changed
Renfrewshire Council has issued a contract notice (2026/S 000-022263) for a new Framework for Transportation services, which will replace the previous framework (RC-CPU-20-385) that expired in January 2026. The procurement is divided into four lots: Additional Support Needs Buses, Additional Support Needs Taxis, Ad Hoc Buses, and Ad Hoc Taxis. The main CPV code is 60000000 (Transport services).
This notice is an invitation to tender for a place on the new framework. Interested parties can access the procurement documents and submit tenders electronically via the Public Contracts Scotland portal. While this notice itself does not impose immediate compliance actions, companies in the transportation sector operating within or seeking to contract with UK local authorities should review the tender details and consider submitting a bid if they meet the requirements.
What to do next
- Review tender documents for the Renfrewshire Council Framework for Transportation.
- Consider submitting a bid if eligible and interested in providing transportation services.
Source document (simplified)
Tender
Framework for Transportation
- Renfrewshire Council F02: Contract notice
Notice identifier: 2026/S 000-022263
Procurement identifier (OCID): ocds-h6vhtk-055411
Published 12 March 2026, 12:13pm
Watch this notice
Contents
one. Contracting authority Press escape key to exit two. Object (4 lots)
- Scope of the procurement
- Lot 1. Additional Support Needs Buses
- Lot 2. Additional Support Needs Taxis
- Lot 3. Ad Hoc Buses
- Lot 4. Ad Hoc Taxis
three. Legal, economic, financial and technical information four. Procedure six. Complementary information
Download
Share this notice
- Copy link Print this notice Report concerns about this procurement ## Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
shona.brydson@renfrewshire.gov.uk
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
Framework for Transportation
Reference number
RC-CPU-25-051
two.1.2) Main CPV code
Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Additional Support Needs Buses
Lot No
1
two.2.2) Additional CPV code(s)
Hire of buses and coaches with driver
Motor vehicles for the transport of 10 or more persons
Motor vehicles for the transport of fewer than 10 persons
Minibuses
Buses and coaches
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire and other locations as required by the Council
two.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).
two.2.5) Award criteria
Quality criterion - Name: Compliance Questions / Weighting: Pass/Fail
Quality criterion - Name: Cyber Security / Weighting: Pass/Fail
Quality criterion - Name: Insurances / Weighting: Pass/Fail
Quality criterion - Name: Health and Safety / Weighting: Pass/Fail
Quality criterion - Name: Vehicle Breakdown / Weighting: 20%
Quality criterion - Name: Recording of Incidents / Weighting: 5%
Quality criterion - Name: Skills and Training / Weighting: 15%
Quality criterion - Name: Consistency of Drivers/Escorts / Weighting: 20%
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: Community Benefits / Weighting: 5%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2.14) Additional information
For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date
two.2) Description
two.2.1) Title
Additional Support Needs Taxis
Lot No
2
two.2.2) Additional CPV code(s)
Taxi services
Motor vehicles for the transport of fewer than 10 persons
Hire of passenger cars with driver
Passenger cars
Other passenger cars
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire and other locations as required by the Council
two.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).
two.2.5) Award criteria
Quality criterion - Name: Compliance Questions / Weighting: Pass/Fail
Quality criterion - Name: Cyber Security / Weighting: Pass/Fail
Quality criterion - Name: Insurances / Weighting: Pass/Fail
Quality criterion - Name: Health and Safety / Weighting: Pass/Fail
Quality criterion - Name: Vehicle Breakdown / Weighting: 20%
Quality criterion - Name: Recording of Incidents / Weighting: 5%
Quality criterion - Name: Skills and Training / Weighting: 15%
Quality criterion - Name: Consistency of Drivers/Escorts / Weighting: 20%
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: Community Benefits / Weighting: 5%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2.14) Additional information
For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date
two.2) Description
two.2.1) Title
Ad Hoc Buses
Lot No
3
two.2.2) Additional CPV code(s)
Hire of buses and coaches with driver
Motor vehicles for the transport of 10 or more persons
Motor vehicles for the transport of fewer than 10 persons
Buses and coaches
Minibuses
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire and other locations as required by the Council
two.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).
two.2.5) Award criteria
Quality criterion - Name: Compliance Questions / Weighting: Pass/Fail
Quality criterion - Name: Cyber Security / Weighting: Pass/Fail
Quality criterion - Name: Insurances / Weighting: Pass/Fail
Quality criterion - Name: Health and Safety / Weighting: Pass/Fail
Quality criterion - Name: Vehicle Breakdown / Weighting: 48%
Quality criterion - Name: Recording of Incidents / Weighting: 12%
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: Community Benefits / Weighting: 5%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2.14) Additional information
For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date
two.2) Description
two.2.1) Title
Ad Hoc Taxis
Lot No
4
two.2.2) Additional CPV code(s)
Taxi services
Motor vehicles for the transport of fewer than 10 persons
Passenger cars
Hire of passenger cars with driver
Other passenger cars
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire and other locations as required by the Council
two.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).
two.2.5) Award criteria
Quality criterion - Name: Compliance Questions / Weighting: Pass/Fail
Quality criterion - Name: Cyber Security / Weighting: Pass/Fail
Quality criterion - Name: Insurances / Weighting: Pass/Fail
Quality criterion - Name: Health and Safety / Weighting: Pass/Fail
Quality criterion - Name: Vehicle Breakdown / Weighting: 48%
Quality criterion - Name: Recording of Incidents / Weighting: 12%
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: Community Benefits / Weighting: 5%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2.14) Additional information
For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date
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 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.
three.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 possibly 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.
three.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 possibly 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.
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: 20
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 000-035372
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 April 2026
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: 11 September 2026
four.2.7) Conditions for opening of tenders
Date
14 April 2026
Local time
12:00pm
Information about authorised persons and opening procedure
Tenders will be opened in accordance with the Councils Standing Orders
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 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)
six.4) Procedures for review
six.4.1) Review body
See VI.4.3 below
See VI.4.3 below
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.
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get Trade Procurement alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when Find a Tender - Latest Notices publishes new changes.