Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Contact person: Victoria Shanley
Telephone: +44 1314693922
E-mail: Victoria.Shanley@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
II.1.3) Type of contract
Services
II.1.4) Short description
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) Estimated total value
Value excluding VAT:
12 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lift Service and Maintenance (East)
II.2.2) Additional CPV code(s)
50750000
II.2.3) Place of performance
NUTS code:
UKM75
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 “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) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
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.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Lift Service and Maintenance (West)
II.2.2) Additional CPV code(s)
50750000
II.2.3) Place of performance
NUTS code:
UKM75
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 “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) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
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.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
Lift Installation (Citywide)
II.2.2) Additional CPV code(s)
45313100
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
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) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
8 000 000.00
GBP
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.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 4
II.2.1) Title
Stairlift Installation and Maintenance (Citywide)
II.2.2) Additional CPV code(s)
44115600
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
The City of Edinburgh
II.2.4) Description of the procurement
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) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
150 000.00
GBP
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.2.9) Information about the limits on the number of candidates to be invited
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 – 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.
Minimum level(s) of standards required:
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) 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 – 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 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 – 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 with several operators.
Envisaged maximum number of participants to the framework agreement: 10
IV.1.8) Information about 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:
27/05/2026
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
27/05/2026
Local time: 15:00
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: 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) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
07/04/2026