Tender

Invitation to Participate - First Stage - Provision of Lift Inspection, Servicing, Maintenance and Call Out Services

UNIVERSITY OF SOUTH WALES

This public procurement record has 2 releases in its history.

Tender

03 Nov 2025 at 10:24

Planning

01 May 2025 at 09:39

Summary of the contracting process

The University of South Wales has issued an active tender for the provision of Lift Inspection, Servicing, Maintenance, and Call Out Services. This procurement process, under the selective method, employs a two-stage competitive flexible procedure. The focus of the tender is on the university's campuses located in Treforest, Glyntaff, Cardiff, Newport, and the Baglan Hydrogen Research Centre. The industry category is services, specifically lift-maintenance services, classified under CPV code 50750000, with a contract value of £1.68 million gross. Important dates include the expression of interest deadline on 1st December 2025, with the award period concluding by 19th February 2026. The procurement process is currently in the tender stage, following the initial planning phase where market engagement took place earlier in 2025.

This tender presents a significant opportunity for businesses involved in lift maintenance and servicing to establish or expand their portfolio with a reputable educational institution. Firms with strong technical capabilities, extensive experience in lift services, and a track record of compliance with health and safety standards will be well-positioned to compete. This opportunity is also suitable for small and medium enterprises (SMEs) capable of providing responsive services with a proactive approach to maintenance and emergency call-outs. Businesses that can meet stringent selection criteria and demonstrate financial, technical, and legal capacities will have the potential for growth, given the contract's possibility of renewal and extension.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Invitation to Participate - First Stage - Provision of Lift Inspection, Servicing, Maintenance and Call Out Services

Notice Description

Provision of Lift Inspection, Servicing, Maintenance and Call Out Services at the University of South Wales. All call-outs will be required on a 24-hour basis, 7 days per week Preventative maintenance - 12 visits per annum for Passenger and Goods Lifts, 4 visits per annum for platform lifts as detailed in Appendix 1 - Lift Maintenance Schedule. Campus' covered - Treforest, Glyntaff, Cardiff, Newport & Baglan Hydrogen Research Centre For more information please download the tender documentation which can be found here - https://etenderwales.ukp.app.jaggaer.com/go/15160019019A11B27B5B

Lot Information

Lot 1

Renewal: option to extend by an additional 1+1+1 years

Planning Information

The registration platform will be eTenderWales. Registration details will be collected via this platform using a “dummy” PQQ. Please note that this is NOT a call for competition and eTenderWales is being used to collect registration details only. Please visit https://etenderwales.bravosolution.co.uk/ and search for pqq_33671. Sessions will be held on Microsoft Teams and will be allocated from 9am – 5pm. The slots will be allocated for 45 minutes. A Preliminary Market Engagement Document is stored within eTenderWales and will contain further information. Suppliers will be asked to present their response to the questions posed in the Preliminary Market Engagement Document and there will be an opportunity for Questions from both supplier and USW.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050b15
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/070337-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50750000 - Lift-maintenance services

Notice Value(s)

Tender Value
£1,400,000 £1M-£10M
Lots Value
£1,400,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Nov 20253 months ago
Submission Deadline
17 Nov 2025Expired
Future Notice Date
2 Jun 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
2026-01-05

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF SOUTH WALES
Contact Name
Emily Bowen
Contact Email
emily.bowen1@southwales.ac.uk
Contact Phone
Not specified

Buyer Location

Locality
PONTYPRIDD
Postcode
CF37 1DL
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL51 Central Valleys and Bridgend
Delivery Location
TLL15 Central Valleys, TLL21 Monmouthshire and Newport, TLL22 Cardiff and Vale of Glamorgan

Local Authority
Rhondda Cynon Taf
Electoral Ward
Treforest
Westminster Constituency
Pontypridd

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-050b15-2025-11-03T10:24:40Z",
    "date": "2025-11-03T10:24:40Z",
    "ocid": "ocds-h6vhtk-050b15",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-CHC-1140312",
            "name": "University of South Wales",
            "identifier": {
                "scheme": "GB-CHC",
                "id": "1140312"
            },
            "address": {
                "streetAddress": "University of South Wales,",
                "locality": "Pontypridd",
                "postalCode": "CF37 1DL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKL15"
            },
            "contactPoint": {
                "name": "Emily Bowen",
                "email": "emily.bowen1@southwales.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "id": "GB-WLS",
                        "description": "Welsh devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-CHC-1140312",
        "name": "University of South Wales"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The registration platform will be eTenderWales. Registration details will be collected via this platform using a \"dummy\" PQQ. Please note that this is NOT a call for competition and eTenderWales is being used to collect registration details only. Please visit https://etenderwales.bravosolution.co.uk/ and search for pqq_33671. Sessions will be held on Microsoft Teams and will be allocated from 9am - 5pm. The slots will be allocated for 45 minutes. A Preliminary Market Engagement Document is stored within eTenderWales and will contain further information. Suppliers will be asked to present their response to the questions posed in the Preliminary Market Engagement Document and there will be an opportunity for Questions from both supplier and USW.",
                "dueDate": "2025-05-15T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "018302-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018302-2025",
                "datePublished": "2025-05-01T10:39:26+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "1968",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Invitation to Participate - First Stage - Provision of Lift Inspection, Servicing, Maintenance and Call Out Services",
        "description": "Provision of Lift Inspection, Servicing, Maintenance and Call Out Services at the University of South Wales. All call-outs will be required on a 24-hour basis, 7 days per week Preventative maintenance - 12 visits per annum for Passenger and Goods Lifts, 4 visits per annum for platform lifts as detailed in Appendix 1 - Lift Maintenance Schedule. Campus' covered - Treforest, Glyntaff, Cardiff, Newport & Baglan Hydrogen Research Centre For more information please download the tender documentation which can be found here - https://etenderwales.ukp.app.jaggaer.com/go/15160019019A11B27B5B",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50750000",
                        "description": "Lift-maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL15",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL15",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2032-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 1680000,
                    "amount": 1400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Capacity and Capability Questions",
                            "description": "Experience - 50% Case Study - 25% H&S - 25%",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Financial Capacity Pass/Fail Insurance Pass/Fail Legal Capacity Pass/Fail Technical ability Pass/Fail Health and Safety Pass/Fail Environmental Management Pass/Fail Quality Management Pass/Fail Additional information Pass/Fail"
                        },
                        {
                            "type": "technical",
                            "description": "Capacity & Capability questions"
                        },
                        {
                            "description": "Preliminary Questions Information Only Confirmation of core supplier information Pass/Fail Associated/ Connected Persons Pass/Fail List of all intended sub-contractors Pass/Fail Financial Capacity Pass/Fail Insurance Pass/Fail Legal Capacity Pass/Fail Technical ability Pass/Fail Health and Safety Pass/Fail Environmental Management Pass/Fail Quality Management Pass/Fail Additional information Pass/Fail Confirmations Information Only Capacity & Capability questions Scored 100% weighting",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "option to extend by an additional 1+1+1 years"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-02T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 1680000,
            "amount": 1400000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This is a two-stage competitive flexible procedure and is summarised as follows: 1. Stage 1: Invitation to Participate The Contracting Authority invites all suppliers to participate in the Procurement Process by issuing the Tender Notice and this Invitation to Participate. Interested suppliers who wish to participate in this Procurement Process shall complete and submit a WPSQ Response and Capacity and Capability Response by the Return Date set out in the Procurement Timetable. The Contracting Authority will assess all WPSQ Responses submitted in accordance with the terms of the IPD. In this first stage, an overall minimum quality threshold will be set at 60%. Submissions scoring 59% or less will be dismissed. All suppliers who score 60% or more will be invited to Stage 2 (the \"Shortlisted Suppliers\") 2. Stage 2: Tender stage Following Stage 1, the Contracting Authority shall provide the ITT to the Shortlisted Suppliers and shall invite the Shortlisted Suppliers to submit a Tender in accordance with the ITT and such Tenders shall be evaluated in accordance with the terms of the ITT. Following the initial submission of tenders, University of South Wales may, at its discretion, conduct clarification and / or negotiation with one or more suppliers whose tenders meet the minimum quality and compliance thresholds."
        },
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "https://etenderwales.ukp.app.jaggaer.com/go/15160019019A11B27B5B",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en",
                "cy"
            ]
        },
        "expressionOfInterestDeadline": "2025-12-01T12:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-11-17T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-19T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Please download the tender documentation which can be found on here - https://etenderwales.ukp.app.jaggaer.com/go/15160019019A11B27B5B",
                "url": "https://etenderwales.ukp.app.jaggaer.com/go/15160019019A11B27B5B"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "description": "Please review Annex G - Specification for the Provision of Lift Maintenance for USW",
                "url": "https://etenderwales.ukp.app.jaggaer.com/go/15160019019A11B27B5B"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "070337-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070337-2025",
                "datePublished": "2025-11-03T10:24:40Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2026-01-05T23:59:59+00:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "30 day payment terms and invoices must reference a USW PO"
        },
        "riskDetails": "The risks identified are considered \"known risks\" under the Procurement Act 2023. While they cannot be fully eliminated at this stage, the contracting authority will monitor these risks throughout the contract lifecycle. Mitigation measures will include regular performance reviews, contingency planning, and compliance checks to minimize impact on service delivery and value for money. Known risks: Supplier insolvency or bankruptcy, leading to service disruption, loss of materials, and potential financial loss. Non-performance, where the supplier fails to meet agreed milestones or timelines. Transition risk - no clear exit plan causing disruption if the supplier changes or withdraws. Poor delivery quality or substandard performance due to insufficiently trained or inexperienced supplier personnel. Decommissioning of buildings. New buildings not yet constructed. Merger with another university/college."
    },
    "language": "en"
}