Scope
Reference
1968
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
Total value (estimated)
- £1,400,000 excluding VAT
- £1,680,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2029
- Possible extension to 31 March 2032
- 6 years
Description of possible extension:
option to extend by an additional 1+1+1 years
Main procurement category
Services
CPV classifications
- 50750000 - Lift-maintenance services
Contract locations
- UKL15 - Central Valleys
- UKL22 - Cardiff and Vale of Glamorgan
- UKL21 - Monmouthshire and Newport
Participation
Legal and financial capacity conditions of participation
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
Technical ability conditions of participation
Capacity & Capability questions
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
17 November 2025, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
1 December 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Award decision date (estimated)
19 February 2026
Recurring procurement
Publication date of next tender notice (estimated): 5 January 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Capacity and Capability Questions | Experience - 50% Case Study - 25% H&S - 25% |
Quality | 100.00% |
Other information
Payment terms
30 day payment terms and invoices must reference a USW PO
Description of risks to contract performance
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.
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
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.
Documents
Associated tender documents
https://etenderwales.ukp.app.jaggaer.com/go/15160019019A11B27B5B
Please download the tender documentation which can be found on here - https://etenderwales.ukp.app.jaggaer.com/go/15160019019A11B27B5B
Technical specifications to be met
https://etenderwales.ukp.app.jaggaer.com/go/15160019019A11B27B5B
Please review Annex G - Specification for the Provision of Lift Maintenance for USW
Contracting authority
University of South Wales
- Charity Commission (England and Wales): 1140312
University of South Wales,
Pontypridd
CF37 1DL
United Kingdom
Contact name: Emily Bowen
Region: UKL15 - Central Valleys
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales