Tender

Portable Appliance Testing (PAT) Services

  • Lothian Health Board

F02: Contract notice

Notice identifier: 2025/S 000-028828

Procurement identifier (OCID): ocds-h6vhtk-0529d7

Published 30 May 2025, 2:22pm



Section one: Contracting authority

one.1) Name and addresses

Lothian Health Board

Mainpoint, 2nd Floor, 102 Westport

Edinburgh

EH3 9DN

Email

maxwell.muir@nhs.scot

Telephone

+44 1312421000

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

https://www.nhslothian.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326

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/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Portable Appliance Testing (PAT) Services

Reference number

: LR3-125-2025

two.1.2) Main CPV code

  • 71630000 - Technical inspection and testing services

two.1.3) Type of contract

Services

two.1.4) Short description

seeks a suitably qualified and certified Contractor to be appointed to undertake portable appliance testing (PAT) services, approximately 100,000 items, across 118 locations as further detailed in the ITT covering all NHS Lothian sites

two.1.5) Estimated total value

Value excluding VAT: £625,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

The Contractor will be expected implement fully comprehensive PAT Testing schedule across NHS Lothian sites.

The Contractor shall ensure full compliance with all current and relevant legislation and guidance including, without limitation, all relevant British Standards, Codes of Practice as required in Scotland, and that Services are performed by Skilled Persons

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The proposed contract period is an initial 36 month contract with the option to extend for + 12 months +12 months.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

SPD [4A1a] Any person(s) undertaking the services will be City & Guilds qualified in the Electrical Equipment Maintenance and Testing (2377), and ITC Level 1 Thermal Certified by the contract start and for the duration of the contract; registration shall be demonstrated within proposal.

The successful bidder should be registered with SELECT or equivalent.

three.1.2) Economic and financial standing

List and brief description of selection criteria

[4B1.2] Bidders are required to provide their average yearly turnover for the last 3 years. The yearly turnover required must be a maximum of twice the estimated contract value >250 thousand GBP per annum.

[4B5.1a] - Professional indemnity insurance 5 million GBP

[4B5.1b] - Employer's (Compulsory) Liability Insurance of 5 million GBP

[4B5.2] - Public Liability Insurance of 10 million GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

[4C1.1/4C1.2] Bidders must provide two examples of services carried out during the past three years that demonstrate experience to deliver the services described in part II.2.4 of the Contract Notice and the ITT

4D1]

1. Bidders must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO9001 (or equivalent).

2. The Bidder must have the following: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent.

[4D2]

Environmental Management Systems. The Bidder must have the Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment.


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.2.2) Time limit for receipt of tenders or requests to participate

Date

9 July 2025

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

9 July 2025

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: 48-60 monts

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

Objective criteria for ensuring the selection of suitably qualified candidates:

This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T

messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T.

We will apply a single stage process:

Pre-Qualification via the SPD. The SPD asks bidders general questions; when completing, bidders must have regard for the statements in

this Notice that detail specific requirements. Bidders must:

a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can

be found in Sections III.1.1, III.1.2, and III.1.3 of this Notice.

TUPE won't apply.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22211. 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 as described within the procurement documents.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29233. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29233. 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:

Bidders MUST confirm that they will commit to fulfil at lest two (2) community benefits posted on the Community Benefits Gateway for each of year of the contract.

(SC Ref:798650)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Edinburgh

Country

United Kingdom