Tender

Servicing and Maintenance of Automatic Doors

LOTHIAN HEALTH BOARD

This public procurement record has 1 release in its history.

Tender

11 Dec 2025 at 15:21

Summary of the contracting process

The Lothian Health Board is seeking qualified contractors for the servicing and maintenance of automatic doors, under a contract valued at £1,250,000. The procurement pertains to services in the industry category of repair and maintenance, with operations primarily located in regions UKM75, UKM73, and UKM78, encompassing NHS Lothian facilities. The procurement process, currently in the tender stage, utilizes an open procedure method through the Public Contracts Scotland-Tender Portal. Key deadlines include a tender submission end date on 29 January 2026, with the contract potentially spanning three years, plus two optional one-year extensions.

This tender offers substantial opportunities for growth to businesses specialising in automatic doors, repair, and maintenance services, particularly those experienced in working within healthcare facilities. Ideal applicants would be organisations possessing strong technical expertise, adherence to British Standards, and a robust quality management system. The successful bidder must demonstrate capabilities in delivering high-quality services and community benefits aligned with contract obligations. Businesses qualified under professional bodies like the Automatic Door Suppliers Association (ADSA) or similar would find this tender especially suited for their expansion within the healthcare sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Servicing and Maintenance of Automatic Doors

Notice 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

Lot Information

Planned Preventive Maintenance (PPM)

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.

Renewal: Options to extend the Contract by 2 x 12 months

Manufacture, Supply & Install of Automatic Doors

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.

Renewal: Options to extend the Contract by 2 x 12 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f41f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/082112-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services


CPV Codes

44221200 - Doors

45421100 - Installation of doors and windows and related components

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£1,250,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Dec 20252 months ago
Submission Deadline
29 Jan 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
The contract duration is 3 years with the option to extend for 2 x 12 months.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LOTHIAN HEALTH BOARD
Contact Name
Maxwell Crawford Muir
Contact Email
maxwell.muir@nhs.scot
Contact Phone
+44 1312421000

Buyer Location

Locality
EDINBURGH
Postcode
EH3 9DN
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM73 East Lothian and Midlothian, TLM75 City of Edinburgh, TLM78 West Lothian

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05f41f-2025-12-11T15:21:25Z",
    "date": "2025-12-11T15:21:25Z",
    "ocid": "ocds-h6vhtk-05f41f",
    "description": "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)",
    "initiationType": "tender",
    "tender": {
        "id": "Ref: LR3-128-2025",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Servicing and Maintenance of Automatic Doors",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "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",
        "value": {
            "amount": 1250000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Planned Preventive Maintenance (PPM)",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Options to extend the Contract by 2 x 12 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Manufacture, Supply & Install of Automatic Doors",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Options to extend the Contract by 2 x 12 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44221200",
                        "description": "Doors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM73"
                    },
                    {
                        "region": "UKM78"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45421100",
                        "description": "Installation of doors and windows and related components"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM73"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM78"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "[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",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "[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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-01-29T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2026-01-29T12:00:00Z"
        },
        "bidOpening": {
            "date": "2026-01-29T12:00:00Z"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "The contract duration is 3 years with the option to extend for 2 x 12 months."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-148699",
            "name": "Lothian Health Board",
            "identifier": {
                "legalName": "Lothian Health Board"
            },
            "address": {
                "streetAddress": "Mainpoint, 2nd Floor, 102 Westport",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH3 9DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Maxwell Crawford Muir",
                "telephone": "+44 1312421000",
                "email": "maxwell.muir@nhs.scot",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nhslothian.scot",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-595",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-148699",
        "name": "Lothian Health Board"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000805099"
        }
    ],
    "language": "en"
}