萝莉原创

萝莉原创 Tenders

05 May 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 4

Status Active

Published 7th Apr 2026

Tender Details
Referenceocds-h6vhtk-067d42
Common Procurement VocabularyLift-maintenance services
Procurement MethodOpen procedure
Value£12,000,000
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 4

Status Active

Published 7th Apr 2026

Tender Details
Referenceocds-h6vhtk-067d42
Common Procurement VocabularyLift-maintenance services
Procurement MethodOpen procedure
Value£12,000,000

Section I: Contracting authority

I.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Contact

Victoria Shanley

Email

Victoria.Shanley [at] edinburgh.gov.uk

Telephone

+44 1314693922

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

Buyer's address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Lift Maintenance and Installation Framework Agreement

Reference number

CT1575

II.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

The City of Edinburgh Council (the 鈥淐ouncil鈥) manages a large and diverse property portfolio across the city, including a significant number of high-rise residential buildings and other operational assets.

Lift and stairlift systems form a critical part of this infrastructure, enabling safe, reliable, and inclusive access for residents, many of whom rely on these systems for day-to-day mobility.

To support the ongoing operation, maintenance, and improvement of this infrastructure, the Council intends to establish a multi-Lot Framework Agreement for lift and stairlift services.

The Framework Agreement will reflect the Council鈥檚 operational requirements and geographical spread and will comprise the following Lots:

Lot 1 鈥 Lift Service and Maintenance (East)

Lot 2 鈥 Lift Service and Maintenance (West)

Lot 3 鈥 Lift Installation (Citywide)

Lot 4 鈥 Stairlift Installation and Maintenance (Citywide)

Multiple Contractors will be appointed to the Framework Agreement to ensure resilience, capacity, and flexibility in service delivery.

II.1.5) Estimated total value

Value excluding VAT: 拢12,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Stairlift Installation and Maintenance (Citywide)

Lot No

4

II.2.2) Additional CPV code(s)

  • 44115600 - Stairlifts

II.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

The City of Edinburgh

II.2.4) Description of the procurement

The City of Edinburgh Council (the 鈥淐ouncil鈥) manages a large and diverse property portfolio across the city, including a significant number of high-rise residential buildings and other operational assets.

Lift and stairlift systems form a critical part of this infrastructure, enabling safe, reliable, and inclusive access for residents, many of whom rely on these systems for day-to-day mobility.

To support the ongoing operation, maintenance, and improvement of this infrastructure, the Council intends to establish a multi-Lot Framework Agreement for lift and stairlift services.

The Framework Agreement will reflect the Council鈥檚 operational requirements and geographical spread and will comprise the following Lot:

Lot 4 鈥 Stairlift Installation and Maintenance (Citywide)

Multiple Contractors will be appointed to the Framework Agreement to ensure resilience, capacity, and flexibility in service delivery.

The Framework Agreement covers a broad range of lift and stairlift systems, including (but not limited to):

Passenger lifts within high-rise residential buildings

Passenger/goods lifts within operational and public buildings

Stairlifts within residential and shared-access properties

Services to be delivered under the Framework Agreement include:

Planned preventative maintenance

Reactive maintenance and breakdown response

Repair and replacement of components

Modernisation and upgrade works

Full installation and replacement of lift systems

Installation and maintenance of stairlifts

Works will be undertaken across a variety of property types and operational environments. Contractors must demonstrate flexibility and the ability to work safely and effectively within occupied and live buildings.

All services shall be delivered in accordance with all relevant legislation, industry standards, and manufacturer requirements.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 拢150,000

II.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 Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lift Service and Maintenance (East)

Lot No

1

II.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

II.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

City of Edinburgh East, more details available in CT1575 Lot 1 Service and Maintenance East Edinburgh Estate List

II.2.4) Description of the procurement

The City of Edinburgh Council (the 鈥淐ouncil鈥) manages a large and diverse property portfolio across the city, including a significant number of high-rise residential buildings and other operational assets.

Lift and stairlift systems form a critical part of this infrastructure, enabling safe, reliable, and inclusive access for residents, many of whom rely on these systems for day-to-day mobility.

To support the ongoing operation, maintenance, and improvement of this infrastructure, the Council intends to establish a multi-Lot Framework Agreement for lift and stairlift services.

The Framework Agreement will reflect the Council鈥檚 operational requirements and geographical spread and will comprise the following Lot:

Lot 1 鈥 Lift Service and Maintenance (East)

Multiple Contractors will be appointed to the Framework Agreement to ensure resilience, capacity, and flexibility in service delivery.

The Framework Agreement covers a broad range of lift and stairlift systems, including (but not limited to):

Passenger lifts within high-rise residential buildings

Passenger/goods lifts within operational and public buildings

Stairlifts within residential and shared-access properties

Services to be delivered under the Framework Agreement include:

Planned preventative maintenance

Reactive maintenance and breakdown response

Repair and replacement of components

Modernisation and upgrade works

Full installation and replacement of lift systems

Installation and maintenance of stairlifts

Works will be undertaken across a variety of property types and operational environments. Contractors must demonstrate flexibility and the ability to work safely and effectively within occupied and live buildings.

All services shall be delivered in accordance with all relevant legislation, industry standards, and manufacturer requirements.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 拢500,000

II.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 Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lift Service and Maintenance (West)

Lot No

2

II.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

II.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

The City of Edinburgh West. More details available in CT1575 Lot 2 Service and Maintenance West Edinburgh Estate List

II.2.4) Description of the procurement

The City of Edinburgh Council (the 鈥淐ouncil鈥) manages a large and diverse property portfolio across the city, including a significant number of high-rise residential buildings and other operational assets.

Lift and stairlift systems form a critical part of this infrastructure, enabling safe, reliable, and inclusive access for residents, many of whom rely on these systems for day-to-day mobility.

To support the ongoing operation, maintenance, and improvement of this infrastructure, the Council intends to establish a multi-Lot Framework Agreement for lift and stairlift services.

The Framework Agreement will reflect the Council鈥檚 operational requirements and geographical spread and will comprise the following Lot:

Lot 2 鈥 Lift Service and Maintenance (West)

Multiple Contractors will be appointed to the Framework Agreement to ensure resilience, capacity, and flexibility in service delivery.

The Framework Agreement covers a broad range of lift and stairlift systems, including (but not limited to):

Passenger lifts within high-rise residential buildings

Passenger/goods lifts within operational and public buildings

Stairlifts within residential and shared-access properties

Services to be delivered under the Framework Agreement include:

Planned preventative maintenance

Reactive maintenance and breakdown response

Repair and replacement of components

Modernisation and upgrade works

Full installation and replacement of lift systems

Installation and maintenance of stairlifts

Works will be undertaken across a variety of property types and operational environments. Contractors must demonstrate flexibility and the ability to work safely and effectively within occupied and live buildings.

All services shall be delivered in accordance with all relevant legislation, industry standards, and manufacturer requirements.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 拢500,000

II.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 Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lift Installation (Citywide)

Lot No

3

II.2.2) Additional CPV code(s)

  • 45313100 - Lift installation work

II.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

The City of Edinburgh

II.2.4) Description of the procurement

The City of Edinburgh Council (the 鈥淐ouncil鈥) manages a large and diverse property portfolio across the city, including a significant number of high-rise residential buildings and other operational assets.

Lift and stairlift systems form a critical part of this infrastructure, enabling safe, reliable, and inclusive access for residents, many of whom rely on these systems for day-to-day mobility.

To support the ongoing operation, maintenance, and improvement of this infrastructure, the Council intends to establish a multi-Lot Framework Agreement for lift and stairlift services.

The Framework Agreement will reflect the Council鈥檚 operational requirements and geographical spread and will comprise the following Lot:

Lot 3 鈥 Lift Installation (Citywide)

Multiple Contractors will be appointed to the Framework Agreement to ensure resilience, capacity, and flexibility in service delivery.

The Framework Agreement covers a broad range of lift and stairlift systems, including (but not limited to):

Passenger lifts within high-rise residential buildings

Passenger/goods lifts within operational and public buildings

Stairlifts within residential and shared-access properties

Services to be delivered under the Framework Agreement include:

Planned preventative maintenance

Reactive maintenance and breakdown response

Repair and replacement of components

Modernisation and upgrade works

Full installation and replacement of lift systems

Installation and maintenance of stairlifts

Works will be undertaken across a variety of property types and operational environments. Contractors must demonstrate flexibility and the ability to work safely and effectively within occupied and live buildings.

All services shall be delivered in accordance with all relevant legislation, industry standards, and manufacturer requirements.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 拢8,000,000

II.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 Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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

List and brief description of conditions

Bidders must confirm that they hold membership of the following organisations:

LEIA; Lift and Escalator Industry Association or confirm equivalent quality assurance standards.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders are required to demonstrate and evidence suitable economic standing.

Successful Contractors will be required to provide evidence of:

Lot 1 鈥 Service/Maintenance (East) 鈥 Minimum turnover 250,000 GBP 1.10 current ratio

Lot 2 鈥 Service/Maintenance (West) - Minimum turnover 250,000 GBP 1.10 current ratio

Lot 3 鈥 Installation (Citywide) - Minimum turnover 6,000,000 GBP 1.2 current ratio

Lot 4 鈥 Stairlifts (Citywide) - Minimum turnover 75,000 GBP 1.10 current ratio.

Alternatively, if the Contractor is unable to provide the required accounting information, e.g. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement.

Minimum level(s) of standards possibly required

Tenderers are required to have a minimum 鈥済eneral鈥 annual turnover of Lot 1 鈥 Service/Maintenance (East) 鈥 Minimum turnover 250,000 GBP

Lot 2 鈥 Service/Maintenance (West) - Minimum turnover 250,000 GBP

Lot 3 鈥 Installation (Citywide) - Minimum turnover 6,000,000 GBP

Lot 4 鈥 Stairlifts (Citywide) - Minimum turnover 75,000 GBP

Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer鈥檚 suitability to proceed in the competition

Tenderers will be required to provide the following information in response to 4B.4:

Lot 1 鈥 Service/Maintenance (East)

Current ratio for Current Year: 1.10

Current ratio for Prior Year: 1.10

Lot 2 鈥 Service/Maintenance (West)

Current ratio for Current Year: 1.10

Current ratio for Prior Year: 1.10

Lot 3 鈥 Installation (Citywide)

Current ratio for Current Year: 1.20

Current ratio for Prior Year: 1.20

Lot 4 鈥 Stairlifts (Citywide)

Current ratio for Current Year: 1.10

Current ratio for Prior Year: 1.10

The formula for calculating a Tenderer鈥檚 current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than those ratios stated above for each lot. Where a Tenderer鈥檚 current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer鈥檚 suitability to proceed in the competition.

III.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Question 4C.4 (a) Payment of the real Living Wage - Bidders are required to confirm that they will pay any staff that are directly involved in the delivery of the Contract (including any agency or sub-contractor staff), at least the real Living Wage.

SPD Question 4C.4 (b) - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the Framework Agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties.

SPD Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).

SPD Question 4D.1 鈥 Quality Assurance Schemes & Environmental Management - It is a mandatory requirement that Tendering Organisations with more than5employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly.

SPD Question 4D.1.2 - It is a mandatory requirement that Tendering Organisations hold ISO14001 or equivalent or can demonstrate the effectiveness of their environmental management systems. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not holdISO14001 or equivalent, or cannot demonstrate an effective environmental management system, the Council may exclude the Bidder from the competition.

Minimum level(s) of standards possibly required

SPD Question 4C.4 (a) Payment of the real Living Wage - Bidders are required to confirm that they will pay any staff that are directly involved in the delivery of the Contract (including any agency or sub-contractor staff), at least the real Living Wage.

SPD Question 4C.4 (b) - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the Framework Agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties.

SPD Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).

SPD Question 4D.1 鈥 Quality Assurance Schemes & Environmental Management - It is a mandatory requirement that Tendering Organisations with more than5employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly.

SPD Question 4D.1.2 - It is a mandatory requirement that Tendering Organisations hold ISO14001 or equivalent or can demonstrate the effectiveness of their environmental management systems. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not holdISO14001 or equivalent, or cannot demonstrate an effective environmental management system, the Council may exclude the Bidder from the competition.

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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: 10

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

27 May 2026

Local time

3:00pm

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

English

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

Duration in months: 7 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

27 May 2026

Local time

3:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62314. For more information see:

A sub-contract clause has been included in this contract. For more information see:

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

As detailed in the Council鈥檚 Sustainable Procurement Policy, the Council is committed to maximising social, economic and environmental benefits through the delivery of Council contracts (known as 鈥楥ommunity Benefits鈥). Community benefits include targeted recruitment and training; sourcing from Small and Medium Enterprises (SMEs), Social Enterprises and Third Sector Organisations; contributions to education within communities; community consultation, engagement and strengthening of community relations; environmental improvement; volunteering; providing community resources; mentoring and sponsorship of community organisations.

(SC Ref:828308)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom