ºÚÁÏÉç

Construction Tenders

01 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 1st Apr 2026

Tender Details
Referenceocds-h6vhtk-040b45
Common Procurement VocabularyLift-maintenance services
Procurement MethodOpen procedure
Value-
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 1st Apr 2026

Tender Details
Referenceocds-h6vhtk-040b45
Common Procurement VocabularyLift-maintenance services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

River Clyde Homes

Clyde View, 22 Pottery Street

Greenock

PA15 2UZ

Email

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

Internet address