Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 1st Apr 2026
| Reference | ocds-h6vhtk-040b45 |
| Common Procurement Vocabulary | Lift-maintenance services |
| Procurement Method | Open procedure |
| Value | - |
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 1st Apr 2026
| Reference | ocds-h6vhtk-040b45 |
| Common Procurement Vocabulary | Lift-maintenance services |
| Procurement Method | Open procedure |
| Value | - |
Section I: Contracting authority
I.1) Name and addresses
River Clyde Homes
Clyde View, 22 Pottery Street
Greenock
PA15 2UZ
procurement [at] riverclydehomes.org.uk
Telephone
+44 8000132196
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Lift Maintenance Services
Reference number
RCH670
II.1.2) Main CPV code
- 50750000 - Lift-maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
River Clyde Homes wish to procure the services of an experienced and competent contractor to undertake Lift Maintenance for properties within Inverclyde.
Generally the works will include:-
- The comprehensive servicing and maintenance of circa 55 passenger lifts within High rise and Low rise buildings.
- The provision of an emergency call out and repair services.
The contract will be a ‘comprehensive agreement’ (inclusive agreement), where
there will be an annual charge per lift which includes all planned preventative
maintenance (PPM) visits, all repairs call out and labour charges (within and out
of normal working hours) and parts (excluding major refurbishments)
More detailed information regarding the scope of the service required is provided in the specification document attached as Appendix E. The current Lift Estate is detailed within Appendix F.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 42416100 - Lifts
- 42416130 - Mechanical lifts
II.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Inverclyde
II.2.4) Description of the procurement
River Clyde Homes wish to procure the services of an experienced and competent contractor to undertake Lift Maintenance for properties within Inverclyde.
Generally the works will include:-
- The comprehensive servicing and maintenance of circa 55 passenger lifts within High rise and Low rise buildings.
- The provision of an emergency call out and repair services.
The contract will be a ‘comprehensive agreement’ (inclusive agreement), where
there will be an annual charge per lift which includes all planned preventative
maintenance (PPM) visits, all repairs call out and labour charges (within and out
of normal working hours) and parts (excluding major refurbishments)
More detailed information regarding the scope of the service required is provided in the specification document attached as Appendix E. The current Lift Estate is detailed within Appendix F.
The Contractor must satisfy himself before tendering as to the plant to be serviced and the conditions under which the work is to be carried out. Bidders should arrange a Site Visit by contacting RCH’s Facilities Coordinator Alison Borthwick:
Email Alison.Borthwick [at] riverclydehomes.org.uk
Interested parties must first evidence to River Clyde Homes via the SPD that they have the requisite technical capacity, and experience to undertake works of this nature before they will be taken forward to the full tender evaluation.
II.2.5) Award criteria
Quality criterion - Name: Methodology & Approach / Weighting: 35.00%
Quality criterion - Name: Indicative Annual Programme / Weighting: 10.00%
Quality criterion - Name: Community Benefits / Weighting: 10.00%
Quality criterion - Name: Fair Work First / Weighting: 5.00%
Price - Weighting: 40%
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 contract will run for an initial 2-year period. RCH may wish, at its sole discretion, to extend any resultant agreement for a further 3, 12 month periods subject to the agreement of the successful bidder.
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.2.14) Additional information
Economic operators 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.
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
Any company who wishes to be considered for the contract are required to be members of the Lift and Escalator Industry Association (LEIA) or equivalent.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The contract will be subject to formal Key Performance Indicators which are detailed within the attached tender document.
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030063
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
4 May 2026
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
4 May 2026
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: April 2031
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
Tenders must be submitted electronically via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the post box will not be considered. Any questions in relation to the tender must be raised via the 'Question & Answer' function of the PCS website.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Bidders are required to set out what specific, tangible, community benefits they will bring to the Inverclyde area in the event of a successful bid. The response may address but is not limited to, targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives (recycling), community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme. 10.00% of the total tender score will be allocated for this award criterion.
(SC Ref:828240)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sheriff Court House,
1 Nelson St, Greenock
Greenock
PA15 1TP
Country
United Kingdom
