Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Measured Term Contract for the Service, Maintenance and Repairs of Passenger, Platform and Goods Lifts

  • First published: 13 February 2026
  • Last modified: 13 February 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
North Ayrshire Council
Authority ID:
AA20915
Publication date:
13 February 2026
Deadline date:
17 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North Ayrshire Council require the servicing, maintenance and repairs of platform, passenger and goods lifts throughout housing and non-housing properties within the NAC area, including the Isle’s of Arran and Cumbrae.

The requirement includes planned inspection, servicing, testing and certification, alongside reactive and emergency repairs, providing a 24‑hour emergency call‑out service, 365 days per year.

Tenderers must agree to accept the SBCC Measured Term Contract (MTC / Scot 2019), NAC Exit Terms and Conditions and NAC Model Form Additional Contract Terms as the contract will be let on these terms.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

UK

E-mail: jadearmstrong@north-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

Main address: http://www.north-ayrshire.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

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


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

Measured Term Contract for the Service, Maintenance and Repairs of Passenger, Platform and Goods Lifts

Reference number: NAC/5225

II.1.2) Main CPV code

50750000

 

II.1.3) Type of contract

Services

II.1.4) Short description

North Ayrshire Council require the servicing, maintenance and repairs of platform, passenger and goods lifts throughout housing and non-housing properties within the NAC area, including the Isle’s of Arran and Cumbrae.

The requirement includes planned inspection, servicing, testing and certification, alongside reactive and emergency repairs, providing a 24‑hour emergency call‑out service, 365 days per year.

Tenderers must agree to accept the SBCC Measured Term Contract (MTC / Scot 2019), NAC Exit Terms and Conditions and NAC Model Form Additional Contract Terms as the contract will be let on these terms.

II.1.5) Estimated total value

Value excluding VAT: 400 000.00  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

Non-Housing Properties

II.2.2) Additional CPV code(s)

42416120

42416000

42416100

42416130

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

NAC requires servicing, maintenance and repairs of platform, passenger and goods lifts throughout housing and non-housing properties within the NAC area, including the Isle’s of Arran and Cumbrae.

The requirement includes planned inspection, servicing, testing and certification, alongside reactive and emergency repairs, providing a 24‑hour emergency call‑out service, 365 days per year.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend by up to 24 months

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

Housing Properties

II.2.2) Additional CPV code(s)

42416000

42416100

42416130

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

NAC requires servicing, maintenance and repairs of platform, passenger and goods lifts throughout housing and non-housing properties within the NAC area, including the Isle’s of Arran and Cumbrae.

The requirement includes planned inspection, servicing, testing and certification, alongside reactive and emergency repairs, providing a 24‑hour emergency call‑out service, 365 days per year.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend by up to 24 months

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:

Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships - Bidders must hold a current membership with the Lift and Escalator Industry Association (LEIA) at the time of tender submission.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Lot 1 - Bidders will be required to have a minimum yearly general turnover of 80000 GBP for the last 3 years in the business area covered by the contract.

Lot 2 - Bidders will be required to have a minimum yearly general turnover of 80000 GBP for the last 3 years in the business area covered by the contract.

North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 5 million GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance = 10 million GBP in respect of any one event

Product Liability Insurance = 10 million GBP in the aggregate


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to tender documentation found within the buyers attachment area on PCS-T.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 17/03/2026

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 17/03/2026

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Notices for future recurrent procurements are typically published 3–6 months before the new contract start date

VI.3) Additional information

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

Bidders may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31140. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Community benefits will be required on a voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:822589)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

Telephone: +44 1563550024

Internet address(es)

URL: https://www.scotcourts.gov.uk/

VI.5) Date of dispatch of this notice

12/02/2026

Coding

Commodity categories

ID Title Parent category
42416120 Goods lifts Lifts, skip hoists, hoists, escalators and moving walkways
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
42416000 Lifts, skip hoists, hoists, escalators and moving walkways Lifting and handling equipment
42416130 Mechanical lifts Lifts, skip hoists, hoists, escalators and moving walkways

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jadearmstrong@north-ayrshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.