Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 30th May 2025
Reference | ocds-h6vhtk-0529d7 |
Common Procurement Vocabulary | Technical inspection and testing services |
Procurement Method | Open procedure |
Value | £625,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 30th May 2025
Reference | ocds-h6vhtk-0529d7 |
Common Procurement Vocabulary | Technical inspection and testing services |
Procurement Method | Open procedure |
Value | £625,000 |
Section I: Contracting authority
I.1) Name and addresses
Lothian Health Board
Mainpoint, 2nd Floor, 102 Westport
Edinburgh
EH3 9DN
maxwell.muir [at] nhs.scot
Telephone
+44 1312421000
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
I.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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Portable Appliance Testing (PAT) Services
Reference number
: LR3-125-2025
II.1.2) Main CPV code
- 71630000 - Technical inspection and testing services
II.1.3) Type of contract
Services
II.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
II.1.5) Estimated total value
Value excluding VAT: 拢625,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71630000 - Technical inspection and testing services
II.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
- UKM75 - Edinburgh, City of
- UKM78 - West Lothian
II.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
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
II.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.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
III.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
III.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鈥檚 environmental management procedures are effective in reducing / preventing significant impacts on the environment.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
9 July 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
9 July 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48-60 monts
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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:
Community benefits are included in this requirement. For more information see:
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:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29233. For more information see:
Community benefits are included in this requirement. For more information see:
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)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Edinburgh
Country
United Kingdom