Notice Information
Notice Title
Framework for Transportation
Notice 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.
Lot Information
Additional Support Needs Buses
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). Additional information: For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date
Additional Support Needs TaxisThe 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). Additional information: For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date
Ad Hoc BusesThe 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). Additional information: For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date
Ad Hoc TaxisThe 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). Additional information: For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-055411
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022263-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
60 - Transport services (excl. Waste transport)
-
- CPV Codes
34110000 - Passenger cars
34114400 - Minibuses
34115000 - Other passenger cars
34115200 - Motor vehicles for the transport of fewer than 10 persons
34120000 - Motor vehicles for the transport of 10 or more persons
34121000 - Buses and coaches
60000000 - Transport services (excl. Waste transport)
60120000 - Taxi services
60171000 - Hire of passenger cars with driver
60172000 - Hire of buses and coaches with driver
Notice Value(s)
- Tender Value
- £20,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Mar 20261 months ago
- Submission Deadline
- 14 Apr 2026Expired
- Future Notice Date
- 7 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-055411-2026-03-12T12:13:40Z",
"date": "2026-03-12T12:13:40Z",
"ocid": "ocds-h6vhtk-055411",
"description": "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)",
"initiationType": "tender",
"tender": {
"id": "RC-CPU-25-051",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Framework for Transportation",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "60000000",
"description": "Transport services (excl. Waste transport)"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 20000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Additional Support Needs Buses",
"description": "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). Additional information: For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Compliance Questions",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Cyber Security",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Insurances",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Health and Safety",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Vehicle Breakdown",
"type": "quality",
"description": "20%"
},
{
"name": "Recording of Incidents",
"type": "quality",
"description": "5%"
},
{
"name": "Skills and Training",
"type": "quality",
"description": "15%"
},
{
"name": "Consistency of Drivers/Escorts",
"type": "quality",
"description": "20%"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5%"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "30%"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Additional Support Needs Taxis",
"description": "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). Additional information: For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Compliance Questions",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Cyber Security",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Insurances",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Health and Safety",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Vehicle Breakdown",
"type": "quality",
"description": "20%"
},
{
"name": "Recording of Incidents",
"type": "quality",
"description": "5%"
},
{
"name": "Skills and Training",
"type": "quality",
"description": "15%"
},
{
"name": "Consistency of Drivers/Escorts",
"type": "quality",
"description": "20%"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5%"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "30%"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "3",
"title": "Ad Hoc Buses",
"description": "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). Additional information: For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Compliance Questions",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Cyber Security",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Insurances",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Health and Safety",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Vehicle Breakdown",
"type": "quality",
"description": "48%"
},
{
"name": "Recording of Incidents",
"type": "quality",
"description": "12%"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5%"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "30%"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "4",
"title": "Ad Hoc Taxis",
"description": "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). Additional information: For the avoidance of doubt, Call-off Contracts may expire after the Contract End Date",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Compliance Questions",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Cyber Security",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Insurances",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Health and Safety",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Vehicle Breakdown",
"type": "quality",
"description": "48%"
},
{
"name": "Recording of Incidents",
"type": "quality",
"description": "12%"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5%"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "30%"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60172000",
"description": "Hire of buses and coaches with driver"
},
{
"scheme": "CPV",
"id": "34120000",
"description": "Motor vehicles for the transport of 10 or more persons"
},
{
"scheme": "CPV",
"id": "34115200",
"description": "Motor vehicles for the transport of fewer than 10 persons"
},
{
"scheme": "CPV",
"id": "34114400",
"description": "Minibuses"
},
{
"scheme": "CPV",
"id": "34121000",
"description": "Buses and coaches"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"deliveryLocation": {
"description": "Renfrewshire and other locations as required by the Council"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60120000",
"description": "Taxi services"
},
{
"scheme": "CPV",
"id": "34115200",
"description": "Motor vehicles for the transport of fewer than 10 persons"
},
{
"scheme": "CPV",
"id": "60171000",
"description": "Hire of passenger cars with driver"
},
{
"scheme": "CPV",
"id": "34110000",
"description": "Passenger cars"
},
{
"scheme": "CPV",
"id": "34115000",
"description": "Other passenger cars"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"deliveryLocation": {
"description": "Renfrewshire and other locations as required by the Council"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60172000",
"description": "Hire of buses and coaches with driver"
},
{
"scheme": "CPV",
"id": "34120000",
"description": "Motor vehicles for the transport of 10 or more persons"
},
{
"scheme": "CPV",
"id": "34115200",
"description": "Motor vehicles for the transport of fewer than 10 persons"
},
{
"scheme": "CPV",
"id": "34121000",
"description": "Buses and coaches"
},
{
"scheme": "CPV",
"id": "34114400",
"description": "Minibuses"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"deliveryLocation": {
"description": "Renfrewshire and other locations as required by the Council"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60120000",
"description": "Taxi services"
},
{
"scheme": "CPV",
"id": "34115200",
"description": "Motor vehicles for the transport of fewer than 10 persons"
},
{
"scheme": "CPV",
"id": "34110000",
"description": "Passenger cars"
},
{
"scheme": "CPV",
"id": "60171000",
"description": "Hire of passenger cars with driver"
},
{
"scheme": "CPV",
"id": "34115000",
"description": "Other passenger cars"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"deliveryLocation": {
"description": "Renfrewshire and other locations as required by the Council"
},
"relatedLot": "4"
}
],
"communication": {
"futureNoticeDate": "2025-09-08T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"lotDetails": {
"maximumLotsBidPerSupplier": 4
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 20
}
},
"tenderPeriod": {
"endDate": "2026-04-14T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2026-09-11T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2026-04-14T12:00:00+01:00"
},
"bidOpening": {
"date": "2026-04-14T12:00:00+01:00",
"description": "Tenders will be opened in accordance with the Councils Standing Orders"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "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."
},
"parties": [
{
"id": "GB-FTS-1038",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "shona.brydson@renfrewshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.renfrewshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-13881",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1038",
"name": "Renfrewshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000802211"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000802211"
}
],
"language": "en"
}