Tender

NHS Lothian Radiotherapy Linacs

LOTHIAN HEALTH BOARD

This public procurement record has 1 release in its history.

Tender

08 May 2026 at 00:00

Summary of the contracting process

The Lothian Health Board, acting as the buying organisation, is seeking to procure two new linear accelerators (Linacs) for the Edinburgh Cancer Centre as part of the Scottish Government's Radiotherapy Capital Equipment Replacement Programme. The contract, under procurement method "Open procedure" with the main category being "goods", is currently in the tender stage, with submissions due by 11:00 on 9 June 2026. The procurement is divided into two lots with an estimated total value of £5,700,000. The successful bidders will be responsible for the delivery and installation of the equipment at the Western General Hospital, Edinburgh. This open tender encourages electronic submissions and offers significant opportunities, given the two-year contract period.

This tender presents substantial opportunities for businesses specialising in medical equipment, particularly those with expertise in radiotherapy technologies. Companies with the capability to supply, install, and support advanced Linac technology stand to benefit from competing for either or both lots. The procurement requires that bidders have a minimum annual turnover of £5.7 million, and hold adequate liability insurance. Experience in providing CE/UKCA marked products and a commitment to quality management as per ISO 9001 standards are essential. This represents a significant opportunity for businesses looking to establish or expand their presence within NHS contracts, potentially fostering further health-sector collaborations and innovative solutions delivery in the region.

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

Notice Title

NHS Lothian Radiotherapy Linacs

Notice Description

Two linear accelerators (Linacs) are to be replaced and installed at the Edinburgh Cancer Centre located at Western General Hospital within NHS Lothian, as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This is being tendered as two lots, with the award to a single supplier for each lot. Lot 1 (ED4): A linac to match and provide back-up to LA6 with nominal energies 6 MV and 10 MV, including Flattening Filter Free (FFF) Lot 2 (ED5): A linac capable of on-line Adaptive Radiotherapy (ART) The successful Supplier will be required to perform as the Prime Contractor for the supply and installation of the Product.

Lot Information

A linac to match and provide back-up to LA6 with nominal energies 6 MV and 10 MV, including Flattening Filter Free (FFF)

A linac to match and provide back-up to LA6 with nominal energies 6 MV and 10 MV, including Flattening Filter Free (FFF)

A linac capable of on-line Adaptive Radiotherapy (ART)

A linac capable of on-line Adaptive Radiotherapy (ART)

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000829960
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY555468
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices

Notice Value(s)

Tender Value
£5,700,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 May 20266 days ago
Submission Deadline
9 Jun 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLM75 City of Edinburgh

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

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY555468
    NHS Lothian Radiotherapy Linacs - Two linear accelerators (Linacs) are to be replaced and installed at the Edinburgh Cancer Centre located at Western General Hospital within NHS Lothian, as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This is being tendered as two lots, with the award to a single supplier for each lot. Lot 1 (ED4): A linac to match and provide back-up to LA6 with nominal energies 6 MV and 10 MV, including Flattening Filter Free (FFF) Lot 2 (ED5): A linac capable of on-line Adaptive Radiotherapy (ART) The successful Supplier will be required to perform as the Prime Contractor for the supply and installation of the Product.

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-r6ebe6-0000829960-2026-05-08T00:00:00Z",
    "date": "2026-05-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000829960",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-32",
            "name": "Lothian Health Board",
            "identifier": {
                "legalName": "Lothian Health Board"
            },
            "address": {
                "streetAddress": "Mainpoint, 2nd Floor, 102 Westport",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH3 9DN"
            },
            "contactPoint": {
                "email": "sara.maciver@nhs.scot",
                "telephone": "+44 483104015",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhslothian.scot/"
            }
        },
        {
            "id": "org-33",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH11 1LB"
            },
            "contactPoint": {
                "email": "edinburgh@scotcourts.gov.uk",
                "telephone": "+44 1312252525",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Lothian Health Board",
        "id": "org-32"
    },
    "tender": {
        "id": "NPLOT07826",
        "title": "NHS Lothian Radiotherapy Linacs",
        "description": "Two linear accelerators (Linacs) are to be replaced and installed at the Edinburgh Cancer Centre located at Western General Hospital within NHS Lothian, as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This is being tendered as two lots, with the award to a single supplier for each lot. Lot 1 (ED4): A linac to match and provide back-up to LA6 with nominal energies 6 MV and 10 MV, including Flattening Filter Free (FFF) Lot 2 (ED5): A linac capable of on-line Adaptive Radiotherapy (ART) The successful Supplier will be required to perform as the Prime Contractor for the supply and installation of the Product.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33150000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh Cancer Centre Western General Hospital Crewe Road South Edinburgh EH4 2XU"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "33150000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh Cancer Centre Western General Hospital Crewe Road South Edinburgh EH4 2XU"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 5700000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-06-09T11:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-06-09T11:00:00Z"
        },
        "documents": [
            {
                "id": "MAY555468",
                "documentType": "contractNotice",
                "title": "NHS Lothian Radiotherapy Linacs",
                "description": "Two linear accelerators (Linacs) are to be replaced and installed at the Edinburgh Cancer Centre located at Western General Hospital within NHS Lothian, as they have reached the end of their recommended life-expectancy and are due for replacement under the Scottish Government's Radiotherapy Capital Equipment Replacement Programme (CERP). This is being tendered as two lots, with the award to a single supplier for each lot. Lot 1 (ED4): A linac to match and provide back-up to LA6 with nominal energies 6 MV and 10 MV, including Flattening Filter Free (FFF) Lot 2 (ED5): A linac capable of on-line Adaptive Radiotherapy (ART) The successful Supplier will be required to perform as the Prime Contractor for the supply and installation of the Product.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY555468",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "A linac to match and provide back-up to LA6 with nominal energies 6 MV and 10 MV, including Flattening Filter Free (FFF)",
                "description": "A linac to match and provide back-up to LA6 with nominal energies 6 MV and 10 MV, including Flattening Filter Free (FFF)",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "NHS Requirement",
                            "description": "70"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "A linac capable of on-line Adaptive Radiotherapy (ART)",
                "description": "A linac capable of on-line Adaptive Radiotherapy (ART)",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "NHS Requirement",
                            "description": "70"
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2
        },
        "bidOpening": {
            "date": "2026-06-09T11:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015."
                },
                {
                    "type": "economic",
                    "minimum": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of GBP 5.7M for Lot 1 and GBP 5.7M for Lot 2 for the last 3 years. 4B.2.1 Bidders will be required to have a minimum yearly turnover of GBP 5.7M for Lot 1 and GBP 5.7M for Lot 2 for the last 3 years in the business area covered by the contract. 4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = GBP5m Public Liability Insurance = GBP10m Product Liability Insurance = GBP5m"
                },
                {
                    "type": "technical",
                    "minimum": "All tendered products must fully comply with the NHS Requirement included within the tender documents; - 4.C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the FTS/OJEU Contract Notice. -- 4C.12 If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE/ UKCA marked. Evidence should be in the form of certification issued by a notified body. - 4D.1 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, and 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. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/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. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance. f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "33150000",
            "scheme": "CPV"
        },
        "reviewDetails": "The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the contract agreement which notification will contain among other information, a summary of the reasons why the economic operators was unsuccessful. The notification will incorporate a 'standstill period' of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the Authority dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant contract agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the contract agreement has been entered into include the setting aside of the decision to award the contract agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the contract agreement has been entered into will not affect the contract agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise, the remedies that may be awarded by the courts where the contract agreement has been entered into are limited to the award of damages.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The estimated values referred to in Section II.1.5 covers the 24 months contract duration of the contract agreement. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31200. 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 31200. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Tender requirement is for the successful bidder to act as Prime Contractor 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: It is a mandatory requirement that potential contract participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this contract. Potential contract participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved. Potential contract participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential contract participants confirm that they will engage with the NHS Scotland's Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits. For further information please visit NHSS - www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/ (SC Ref:829960)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000829960"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}