Planning

DFG Lifting Equipment

THE NORTH YORKSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Planning

02 Feb 2026 at 10:43

Planning

11 Dec 2025 at 12:05

Planning

04 Dec 2025 at 11:30

Summary of the contracting process

The North Yorkshire Council is in the planning stages of a procurement process aimed at establishing a Term Service Contract for Disabled Facilities Grant (DFG) lifting equipment. This involves the survey, supply, installation, inspection, and maintenance of stairlifts and through floor lifts within domestic properties across North Yorkshire. The contract's duration is planned for two years, starting 1st June 2026, with potential annual extensions up to four years, culminating by 2030. The procurement is categorised under the 'works' industry, with a focus on compliance with relevant regulations like CDM 2015, LOLER, and various British Standards. The estimated annual contract value is £1.5 million, with a total potential value of £6 million over its full term. The procedure is open, with key deadlines including an enquiry period ending on 28th January 2026 and a tender submission deadline of 6th February 2026. The primary location for the project is the United Kingdom, specifically the UKE region.

This procurement presents significant opportunities for businesses specialising in installation services and maintenance of stairlifts and hydraulic lifts. Companies with capabilities in compliance with health and safety regulations, holding appropriate accreditations (e.g., NICEIC, Gas Safe), and offering services like secure storage, refurbishment, and 24/7 call-out response will find this tender especially appealing. The contract performance will be assessed through KPIs, ensuring high-quality service delivery, which can enhance business credibility and growth. The open procedure encourages competition, making it suitable for businesses looking to expand their market presence in public contracts. Businesses engaged in sustainability practices and social value commitments may also find added opportunities as these factors are assessed during the preliminary market engagements carried out by the council.

How relevant is this notice?

Notice Information

Notice Title

DFG Lifting Equipment

Notice Description

North Yorkshire Council is seeking to establish a Term Service Contract for the survey, supply, installation, inspection, and maintenance of stairlifts and through floor lifts across domestic properties within its geographical boundaries. The contract will initially run for two years, with the option to extend annually up to a maximum of four years. The estimated annual value is PS1.5 million, with a total potential value of PS6 million over the full term. The scope includes: Installation of new and recycled stairlifts (straight and curved) and through floor lifts. Associated building works, electrical works, and compliance with all relevant regulations (CDM 2015, LOLER, BS standards). Provision of a five-year warranty, servicing, and repairs under warranty, plus a 24/7 call-out service. Removal, storage, refurbishment, and reinstallation of equipment in later years. Secure storage facilities for recycled lifts and parts within 45 miles of Harrogate. Contractors must demonstrate competence, hold appropriate accreditations (e.g., NICEIC, Gas Safe), and ensure operatives have valid DBS checks. Compliance with health and safety, data protection, and safeguarding requirements is mandatory. Performance will be monitored through Key Performance Indicators (KPIs), quarterly reporting, and customer satisfaction surveys. Failure to meet standards may result in low service damages.

Lot Information

Stairlifts

Supply, installation, servicing, and maintenance of straight and curved stairlifts in domestic properties across North Yorkshire. The scope includes: Site survey and design to meet Occupational Therapist recommendations. Installation of new stairlifts (straight and curved) with features such as folding arms, safety sensors, swivel seats, and battery-powered operation. Associated building and electrical works compliant with BS 7671 and Building Regulations Part P. Provision of a 5-year warranty, including two service visits per year and a 24/7 call-out service. Removal, storage, refurbishment, and reinstallation of stairlifts during later contract phases, with secure storage facilities and asset management. Compliance with LOLER, PUWER, CDM 2015, and all relevant British Standards.

Renewal: Optional Extension 1: 1 Apr 2028- 31 Mar 2030

Through Floor Lifts

Supply, installation, servicing, and maintenance of through floor lifts for wheelchair users in domestic properties across North Yorkshire. The scope includes: Site survey and design to ensure suitability for property layout and user needs. Installation of hydraulic or traction lifts with safety features (soft start, anti-creep systems, fire-resistant apertures). Associated structural works, including aperture cutting, fire sealing, and making good finishes. Electrical installation with dedicated supply from the consumer unit, compliant with BS 7671 and Building Regulations Part P. Provision of a 5-year warranty, including two service visits per year and a 24/7 call-out service. Compliance with BS 5900, BS EN 81-40, LOLER, PUWER, CDM 2015, and all relevant British Standards.

Renewal: Optional Extension 1: 1 Apr 2028- 31 Mar 2030

Planning Information

The Authority conducted preliminary market engagement to understand current capability, capacity, compliance standards, sustainability practices, workforce competence, storage readiness, service‑delivery performance, and social‑value opportunities in relation to the forthcoming procurement of Disabled Facilities Grant (DFG) lifting equipment. This engagement was undertaken before the procurement procedure commenced to ensure that the commercial strategy reflects accurate and up‑to‑date market intelligence. The engagement focused on the full range of requirements anticipated under the contract, including: -Supply, installation, servicing, maintenance, refurbishment, and recycling of stairlifts and through‑floor lifts. -Compliance with statutory regulations (including LOLER, BS EN 81‑40, CDM regulations, and relevant British Standards). -Sustainability processes relating to reuse, recycling, environmental impact, and waste‑reduction practices. -Workforce qualifications, DBS checks, safeguarding awareness, and competence assurance. -Storage facilities, asset‑management approaches, logistics capability, and security arrangements. -Service delivery, response times, emergency call‑out capability, and performance management. -Social value commitments, including employment, training, community initiatives, and environmental contributions. The engagement was carried out remotely. All RFI documentation, clarifications, and responses were issued and received electronically during the RFI engagement window. Suppliers were invited to participate by submitting a written response to the RFI. They were provided with instructions to: -Complete and return the RFI questionnaire within the specified timeframe. -Provide supporting information and evidence where available. -Submit clarification questions in writing during the RFI window. The RFI demonstrated that the market is capable of delivering the full scope of requirements. Responses showed: -Strong capability to deliver installation, maintenance, and recycling services. -Consistent compliance with relevant technical and safety standards. -Varied levels of detail regarding sustainability processes, storage readiness, and workforce qualifications. -A good understanding among suppliers of the service‑delivery .expectations, including appointment scheduling, installation lead times, and emergency response. -Differing levels of maturity in social‑value delivery, with some suppliers providing structured and well‑evidenced programmes. The information gathered has helped the Authority assess market capacity, refine requirements, and confirm that the sector is able to meet the expected standards for this procurement.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ee9c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008828-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

51 - Installation services (except software)


CPV Codes

42416100 - Lifts

44115600 - Stairlifts

45313100 - Lift installation work

51511000 - Installation services of lifting and handling equipment, except lifts and escalators

Notice Value(s)

Tender Value
£6,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20261 weeks ago
Submission Deadline
6 Feb 2026Expired
Future Notice Date
12 Jan 2026Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
THE NORTH YORKSHIRE COUNCIL
Contact Name
Gabriela Walowski
Contact Email
procurement@northyorks.gov.uk
Contact Phone
+44 1609533450

Buyer Location

Locality
NORTHALLERTON
Postcode
DL7 8AD
Post Town
Darlington
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE2 North Yorkshire
Small Region (ITL 3)
TLE22 North Yorkshire
Delivery Location
TLE Yorkshire and The Humber

Local Authority
North Yorkshire
Electoral Ward
Romanby
Westminster Constituency
Richmond and Northallerton

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-05ee9c-2026-02-02T10:43:24Z",
    "date": "2026-02-02T10:43:24Z",
    "ocid": "ocds-h6vhtk-05ee9c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNXY-8263-XCNL",
            "name": "The North Yorkshire Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNXY-8263-XCNL"
            },
            "address": {
                "streetAddress": "County Hall, Racecourse Lane",
                "locality": "Northallerton",
                "postalCode": "DL7 8AD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE22"
            },
            "contactPoint": {
                "name": "Gabriela Walowski",
                "email": "procurement@northyorks.gov.uk",
                "telephone": "+44 1609533450"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.northyorks.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNXY-8263-XCNL",
        "name": "The North Yorkshire Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Authority conducted preliminary market engagement to understand current capability, capacity, compliance standards, sustainability practices, workforce competence, storage readiness, service-delivery performance, and social-value opportunities in relation to the forthcoming procurement of Disabled Facilities Grant (DFG) lifting equipment. This engagement was undertaken before the procurement procedure commenced to ensure that the commercial strategy reflects accurate and up-to-date market intelligence. The engagement focused on the full range of requirements anticipated under the contract, including: -Supply, installation, servicing, maintenance, refurbishment, and recycling of stairlifts and through-floor lifts. -Compliance with statutory regulations (including LOLER, BS EN 81-40, CDM regulations, and relevant British Standards). -Sustainability processes relating to reuse, recycling, environmental impact, and waste-reduction practices. -Workforce qualifications, DBS checks, safeguarding awareness, and competence assurance. -Storage facilities, asset-management approaches, logistics capability, and security arrangements. -Service delivery, response times, emergency call-out capability, and performance management. -Social value commitments, including employment, training, community initiatives, and environmental contributions. The engagement was carried out remotely. All RFI documentation, clarifications, and responses were issued and received electronically during the RFI engagement window. Suppliers were invited to participate by submitting a written response to the RFI. They were provided with instructions to: -Complete and return the RFI questionnaire within the specified timeframe. -Provide supporting information and evidence where available. -Submit clarification questions in writing during the RFI window. The RFI demonstrated that the market is capable of delivering the full scope of requirements. Responses showed: -Strong capability to deliver installation, maintenance, and recycling services. -Consistent compliance with relevant technical and safety standards. -Varied levels of detail regarding sustainability processes, storage readiness, and workforce qualifications. -A good understanding among suppliers of the service-delivery .expectations, including appointment scheduling, installation lead times, and emergency response. -Differing levels of maturity in social-value delivery, with some suppliers providing structured and well-evidenced programmes. The information gathered has helped the Authority assess market capacity, refine requirements, and confirm that the sector is able to meet the expected standards for this procurement.",
                "dueDate": "2025-12-17T23:59:59Z",
                "status": "met",
                "dateMet": "2025-12-17T00:00:00Z"
            }
        ],
        "documents": [
            {
                "id": "079662-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/079662-2025",
                "datePublished": "2025-12-04T11:30:30Z",
                "format": "text/html"
            },
            {
                "id": "081913-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/081913-2025",
                "datePublished": "2025-12-11T12:05:50Z",
                "format": "text/html"
            },
            {
                "id": "008828-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008828-2026",
                "datePublished": "2026-02-02T10:43:24Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "602-NYC-CD",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DFG Lifting Equipment",
        "description": "North Yorkshire Council is seeking to establish a Term Service Contract for the survey, supply, installation, inspection, and maintenance of stairlifts and through floor lifts across domestic properties within its geographical boundaries. The contract will initially run for two years, with the option to extend annually up to a maximum of four years. The estimated annual value is PS1.5 million, with a total potential value of PS6 million over the full term. The scope includes: Installation of new and recycled stairlifts (straight and curved) and through floor lifts. Associated building works, electrical works, and compliance with all relevant regulations (CDM 2015, LOLER, BS standards). Provision of a five-year warranty, servicing, and repairs under warranty, plus a 24/7 call-out service. Removal, storage, refurbishment, and reinstallation of equipment in later years. Secure storage facilities for recycled lifts and parts within 45 miles of Harrogate. Contractors must demonstrate competence, hold appropriate accreditations (e.g., NICEIC, Gas Safe), and ensure operatives have valid DBS checks. Compliance with health and safety, data protection, and safeguarding requirements is mandatory. Performance will be monitored through Key Performance Indicators (KPIs), quarterly reporting, and customer satisfaction surveys. Failure to meet standards may result in low service damages.",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42416100",
                        "description": "Lifts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44115600",
                        "description": "Stairlifts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45313100",
                        "description": "Lift installation work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "51511000",
                        "description": "Installation services of lifting and handling equipment, except lifts and escalators"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 6000000,
            "amount": 6000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "LOT-0000",
                "contractPeriod": {
                    "startDate": "2026-06-01T00:00:00+01:00",
                    "endDate": "2028-05-31T23:59:59+01:00",
                    "maxExtentDate": "2030-05-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planned",
                "identifiers": [
                    {
                        "id": "1"
                    }
                ],
                "title": "Stairlifts",
                "description": "Supply, installation, servicing, and maintenance of straight and curved stairlifts in domestic properties across North Yorkshire. The scope includes: Site survey and design to meet Occupational Therapist recommendations. Installation of new stairlifts (straight and curved) with features such as folding arms, safety sensors, swivel seats, and battery-powered operation. Associated building and electrical works compliant with BS 7671 and Building Regulations Part P. Provision of a 5-year warranty, including two service visits per year and a 24/7 call-out service. Removal, storage, refurbishment, and reinstallation of stairlifts during later contract phases, with secure storage facilities and asset management. Compliance with LOLER, PUWER, CDM 2015, and all relevant British Standards.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "renewal": {
                    "description": "Optional Extension 1: 1 Apr 2028- 31 Mar 2030"
                }
            },
            {
                "id": "2",
                "title": "Through Floor Lifts",
                "description": "Supply, installation, servicing, and maintenance of through floor lifts for wheelchair users in domestic properties across North Yorkshire. The scope includes: Site survey and design to ensure suitability for property layout and user needs. Installation of hydraulic or traction lifts with safety features (soft start, anti-creep systems, fire-resistant apertures). Associated structural works, including aperture cutting, fire sealing, and making good finishes. Electrical installation with dedicated supply from the consumer unit, compliant with BS 7671 and Building Regulations Part P. Provision of a 5-year warranty, including two service visits per year and a 24/7 call-out service. Compliance with BS 5900, BS EN 81-40, LOLER, PUWER, CDM 2015, and all relevant British Standards.",
                "status": "planned",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2028-03-31T23:59:59+01:00",
                    "maxExtentDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional Extension 1: 1 Apr 2028- 31 Mar 2030"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-12T23:59:59Z"
        },
        "status": "planned",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-06T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-28T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-10T23:59:59Z"
        }
    },
    "language": "en"
}