Scope
Reference
602-NYC-CD
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 £1.5 million, with a total potential value of £6 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.
Contract dates (estimated)
- 1 June 2026 to 31 May 2028
- Possible extension to 31 May 2030
- 4 years
Main procurement category
Works
CPV classifications
- 42416100 - Lifts
- 44115600 - Stairlifts
- 45313100 - Lift installation work
Contract locations
- UKE - Yorkshire and the Humber
Engagement
Engagement deadline
17 December 2025
The engagement was carried out before this notice was published.
Engagement process 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.
Contracting authority
The North Yorkshire Council
- Public Procurement Organisation Number: PNXY-8263-XCNL
County Hall, Racecourse Lane
Northallerton
DL7 8AD
United Kingdom
Email: procurement@northyorks.gov.uk
Website: https://www.northyorks.gov.uk/
Region: UKE22 - North Yorkshire CC
Organisation type: Public authority - sub-central government