Section one: Contracting authority
one.1) Name and addresses
Lothian Health Board
Mainpoint, 2nd Floor, 102 Westport
Edinburgh
EH3 9DN
Contact
Maxwell Crawford Muir
Telephone
+44 1312421000
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
Servicing and Maintenance of Automatic Doors
Reference number
Ref: LR3-128-2025
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
1.1.1 The procurement, pursuant to which this Invitation to Tender (“ITT”) is issued, seeks a suitably qualified and certified contractor to undertake inspections, routine servicing and maintenance of automatic doors; repair and / or replacement of parts, and the optional new installs up to 50k GBP
two.1.5) Estimated total value
Value excluding VAT: £1,250,000
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
Planned Preventive Maintenance (PPM)
Lot No
1
two.2.2) Additional CPV code(s)
- 44221200 - Doors
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
- UKM73 - East Lothian and Midlothian
- UKM78 - West Lothian
two.2.4) Description of the procurement
NHS Lothian require to appoint a suitably qualified and experienced contractor to undertake all inspections, routine servicing and maintenance; repair and / or replacement of parts identified during maintenance visits; call outs to reset or to repair as necessary all to ensure the satisfactory operation of the automatic doors (the “Services”) for all types including sliding, bi-folding, revolving, both closed and open protocol within all locations throughout NHS Lothian.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
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
Options to extend the Contract by 2 x 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
two.2) Description
two.2.1) Title
Manufacture, Supply & Install of Automatic Doors
Lot No
2
two.2.2) Additional CPV code(s)
- 45421100 - Installation of doors and windows and related components
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
2.2.6 All replacement equipment supplied by the Contractor must be compatible with the existing system and associated control equipment, comply with the relevant British Standards and carry the appropriate identification mark (Kite marked and CE/UKCA marked. The Contractor must enquire with the Board about the potential use of relevant equipment from existing units before acquiring new equipment.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
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
Options to extend the Contract by 2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
[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 - >500k GBP p.a
Bidders will be required to obtain a Parent Company Guarantee when bidding on behalf of a subsidiary company.
Insurance
[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
[4B5.2] - Product Liability Insurance of 5 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
SPD [4C.2] The successful bidder should be registered with the Automatic Door Suppliers Association (ADSA) or Automatic Door Installation Associate (ADIA), CHAS and Safe Contractor or equivalent.
SPD [4C.6] Any person(s) undertaking the services will be Level 2 NVQ Diploma in Specialist Installation Occupations (Construction) – Door, Gate and Shutter Systems – Installation and Maintenance (or similar) by the contract start and for the duration of the contract; registration shall be demonstrated within proposal.
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.
[4D1] Quality Management. The Bidder must have the following:
A documented process for ensuring that quality management is effective in educing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.
Health and Safety. 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. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company’s responsibilities of H&S management and compliance with legislation.
NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.
[4D2] Environmental Management Systems. The Bidder must have the following:
Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence that the bidder’s organisation’s environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these
arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
29 January 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
29 January 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: The contract duration is 3 years with the option to extend for 2 x 12 months.
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 29766. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:769193)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29766. 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:
For the successful Bidder there is a contractual obligation to commit to fulfil two (2) community benefits posted on the Community Benefits Gateway per 100,000 GBP of aggregated contract spend.
(SC Ref:805099)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Edinburgh
Country
United Kingdom