Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Person cyswllt: Victoria Shanley
Ffôn: +44 1314693922
E-bost: Victoria.Shanley@edinburgh.gov.uk
NUTS: UKM75
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.edinburgh.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Lift Maintenance and Installation Framework Agreement
Cyfeirnod: CT1575
II.1.2) Prif god CPV
50750000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The City of Edinburgh Council (the “Council”) 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’s operational requirements and geographical spread and will comprise the following Lots:
Lot 1 – Lift Service and Maintenance (East)
Lot 2 – Lift Service and Maintenance (West)
Lot 3 – Lift Installation (Citywide)
Lot 4 – 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) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 12 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lift Service and Maintenance (East)
II.2.2) Cod(au) CPV ychwanegol
50750000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
City of Edinburgh East, more details available in CT1575 Lot 1 Service and Maintenance East Edinburgh Estate List
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council (the “Council”) 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’s operational requirements and geographical spread and will comprise the following Lot:
Lot 1 – 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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 500 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Lift Service and Maintenance (West)
II.2.2) Cod(au) CPV ychwanegol
50750000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The City of Edinburgh West. More details available in CT1575 Lot 2 Service and Maintenance West Edinburgh Estate List
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council (the “Council”) 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’s operational requirements and geographical spread and will comprise the following Lot:
Lot 2 – 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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 500 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 3
II.2.1) Teitl
Lift Installation (Citywide)
II.2.2) Cod(au) CPV ychwanegol
45313100
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The City of Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council (the “Council”) 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’s operational requirements and geographical spread and will comprise the following Lot:
Lot 3 – 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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 8 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 4
II.2.1) Teitl
Stairlift Installation and Maintenance (Citywide)
II.2.2) Cod(au) CPV ychwanegol
44115600
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The City of Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council (the “Council”) 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’s operational requirements and geographical spread and will comprise the following Lot:
Lot 4 – 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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 150 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders are required to demonstrate and evidence suitable economic standing.
Successful Contractors will be required to provide evidence of:
Lot 1 – Service/Maintenance (East) – Minimum turnover 250,000 GBP 1.10 current ratio
Lot 2 – Service/Maintenance (West) - Minimum turnover 250,000 GBP 1.10 current ratio
Lot 3 – Installation (Citywide) - Minimum turnover 6,000,000 GBP 1.2 current ratio
Lot 4 – 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.
Lefel(au) gofynnol y safonau sydd eu hangen:
Tenderers are required to have a minimum “general” annual turnover of Lot 1 – Service/Maintenance (East) – Minimum turnover 250,000 GBP
Lot 2 – Service/Maintenance (West) - Minimum turnover 250,000 GBP
Lot 3 – Installation (Citywide) - Minimum turnover 6,000,000 GBP
Lot 4 – 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’s suitability to proceed in the competition
Tenderers will be required to provide the following information in response to 4B.4:
Lot 1 – Service/Maintenance (East)
Current ratio for Current Year: 1.10
Current ratio for Prior Year: 1.10
Lot 2 – Service/Maintenance (West)
Current ratio for Current Year: 1.10
Current ratio for Prior Year: 1.10
Lot 3 – Installation (Citywide)
Current ratio for Current Year: 1.20
Current ratio for Prior Year: 1.20
Lot 4 – Stairlifts (Citywide)
Current ratio for Current Year: 1.10
Current ratio for Prior Year: 1.10
The formula for calculating a Tenderer’s 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’s 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’s suitability to proceed in the competition.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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 – 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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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 – 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) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 10
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
27/05/2026
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 7 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
27/05/2026
Amser lleol: 15:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
48 months
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62314. 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 detailed in the Council’s Sustainable Procurement Policy, the Council is committed to maximising social, economic and environmental benefits through the delivery of Council contracts (known as ‘Community Benefits’). 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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
07/04/2026