Section one: Contracting authority
one.1) Name and addresses
NHS Highland
Assynt House, Beechwood Park
Inverness
IV2 3BW
Telephone
+44 1463704000
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
http://www.nhshighland.scot.nhs.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00302
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Patient Lifting Equipment Servicing, Maintenance and Inspection Services
Reference number
HH042-25-HB
two.1.2) Main CPV code
- 50421000 - Repair and maintenance services of medical equipment
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Highland requires the provision of Patient Lifting Equipment Maintenance and Inspection Services, ensuring compliance with all relevant statutory requirements under PUWER and LOLER across NHS Highland sites
two.1.5) Estimated total value
Value excluding VAT: £126,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Annual PPM Servicing & Maintenance PUWER
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
NHS Highland requires the provision of Patient Lifting Equipment Maintenance and Inspection Services, ensuring compliance with all relevant statutory requirements under PUWER and LOLER across NHS Highland sites (excluding Argyll & Bute). The equipment that requires serviced and maintained shall be located in Healthcare Facilities of NHS Highland. These includes both Hospital and care home settings.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2026
End date
30 June 2030
This contract is subject to renewal
Yes
Description of renewals
The Contract has an option to extend for up to a further 12 months then it will be subject to renewal.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Bi-annual Thorough Examinations LOLER
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
NHS Highland requires the provision of Patient Lifting Equipment Maintenance and Inspection Services, ensuring compliance with all relevant statutory requirements under PUWER and LOLER across NHS Highland sites (excluding Argyll & Bute). The equipment that requires serviced and maintained shall be located in Healthcare Facilities of NHS Highland. These includes both Hospital and care home settings.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2026
End date
30 June 2030
This contract is subject to renewal
Yes
Description of renewals
The Contract has an option to extend for up to a further 12 months then it will be subject to renewal.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Award shall be subject to a satisfactory financial evaluation having been carried out by NHS Highland which may include credit checks and accounts analysis.
a) A copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the last year end. An additional question has been provided below to enable you to upload your second set of accounts.
or
b) A statement of your organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed, the same information for the period applicable. NOTE: if this information is not available in an audited format, please provide an end of period balance sheet or make the response specified in option (c) below.
or
c) If you are unable to provide the information requested above, please provide additional information and documentation that will give the Authority the assurance that you are capable of carrying out any subsequent awarded contract. For example, a statement of your organisation's cash flow forecast for the current year and a letter from your bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
For example, provide a statement explaining why the organisation was not in net profit after tax in either of the reported financial years.
Minimum level(s) of standards possibly required
It is a requirement of this Contract that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded Contract, the types and levels of insurance indicated below:
Employer's (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 5,000,000 GBP
Professional Indemnity = 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide a minimum of 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Bidders are required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
Bidders are required to confirm that they and/or the service provider have the relevant educational and professional qualifications.
Quality Management Procedures
1.The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Or,
2. The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
Health and Safety Procedures
3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or a regularly reviewed documented process.
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-072242
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 March 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
20 March 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: If contract isn't extended - 2031
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31150. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits
Contractors are required to summarise any proposed Community Benefits that will be developed and delivered as part of this contract if successful. Your Community Benefits proposal should identify any areas which can improve the economic, social, environmental wellbeing and assist in the reduction of health inequalities across NHS Highland’s Health Board.
Contractors can also decide to support projects logged within the Community Benefit Gateway, this must be documented within your response. If successful in your bid you will be required to bid to complete the work on the Community Benefit Gateway.
Or
If you are not able to propose any Community Benefits as part of this contract can you please specify why?
(SC Ref:823851)
six.4) Procedures for review
six.4.1) Review body
The Inverness Justice Centre
Inverness
IV1 1AH
Country
United Kingdom