EPCOMP21 - Compliance Framework

Award

Value

£13,015,009

Classifications

  • Repair and maintenance services of electrical and mechanical building installations
  • Surveillance and security systems and devices
  • Street-lighting columns
  • Tunnel lighting
  • Maintenance services of public-lighting installations and traffic lights
  • Security cameras
  • Lighting equipment and electric lamps
  • Alarm system and antenna installation work
  • Entrance cards
  • Access control system
  • Alarm systems
  • Electrical installation work
  • Fire-alarm systems
  • Burglar and fire alarms
  • Lighting systems
  • Lightning conductors
  • Lightning arrestors
  • Fire-alarm system installation work
  • Emergency lighting equipment
  • Operation of electrical installations
  • Lightning-protection equipment
  • Entrance telephones
  • Aerials and reflectors
  • Firefighting equipment
  • Lightning-conductor installation work
  • Repair and maintenance services of firefighting equipment
  • Lightning-protection works
  • Commissioning of public lighting installations
  • Devices for the elderly
  • Alarm-monitoring services
  • Electrical services
  • Burglar-alarm system installation work
  • Television aerials
  • Technical inspection and testing services
  • Repair and maintenance services of security equipment
  • Emergency and security equipment
  • Lifts
  • Lift-maintenance services
  • Lifting equipment for health care sector
  • Stairlifts
  • Mechanical lifts
  • Lift installation work
  • Parts of lifts
  • Repair and maintenance services
  • Installation services of lifting and handling equipment, except lifts and escalators
  • Lift and escalator installation work
  • Hygiene monitoring and testing equipment
  • Water-treatment work
  • Plumbing consultancy services
  • Risk or hazard assessment other than for construction
  • Water tanks
  • Consulting services for water-supply and waste consultancy
  • Repair and maintenance services of pumps, valves, taps and metal containers
  • Monitoring and control services
  • Water plumbing work
  • Sterilisation, disinfection and hygiene devices
  • Disinfecting and exterminating services
  • Asbestos-removal work
  • Statutory audit services
  • Risk or hazard assessment for construction
  • Risk management insurance services

Tags

  • award
  • contract

Published

3 years ago

Description

This Framework procurement is for those Service Providers who can provide the work under this framework which will consist of but not limited to: 1.	Lot 1 Alarms, Entry Systems, Security, Emergency Lighting, Lightning Protection, System Street Lighting, and Associated Services (we will appoint between 5 and 7 Service Providers)2.	Lot 2 Passenger Lifts, Stairlifts, Hoists: Installation servicing and Repair (We will appoint between 3 and 5 Service Providers)3.	Lot 3 Water Hygiene - Testing, Servicing and Remedial Works (We will appoint between 5-7 Service Providers)4a.	Lot 4A Asbestos:  Survey (We will appoint between 4-6  Service Providers)4b. Lot 4B Asbestos: Removal  (We will appoint between 4-6  Service Providers)5.	Lot 5 Independent Auditing (Gas And Electricals) (We will appoint between 3-5 Service Providers)6.	Lot 6 Fire Risk Assessment and Remedial Works (We will appoint between 3-5 Service Providers)

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Minor Works Framework 2026-2030

The Minor Works Framework (MWF) was first procured in 2017 as two separate frameworks, one for Building Fabric and the other for Mechanical and Electrical services, to provide compliant procurement routes for the Hampshire County Council's Property Services team for lower value or specialist, building fabric and mechanical & electrical works. The current framework, procured in 2021, combined the two frameworks into a single framework with seven lots, and introduced a process of direct award on rotation to create efficiencies in procuring low value works and has provided more distribution of works across our supply chain. As the Council has an ongoing requirement for Minor Works, the intention is to build on the success of the current framework and having taken into account any lessons learned from the current arrangement, to develop the replacement Minor Works Framework 2026-2030. The maximum number of Suppliers that will be included in each lot is listed above in paragraph 1.2 to 1.8 and below in 18.2. Where the authority is unable to achieve the specified number of Suppliers for a lot, either through lack of returns or returns failing to meet the Authorities minimum requirements, that lot will be established with fewer than the intended maximum number. Suppliers may apply for one lot or up to a maximum of two lots. However, Suppliers who wish to apply for two lots can only apply for any one of the lots from Lot 1 to Lot 5 plus either Lot 6 or Lot 7. Alternatively, Suppliers can apply for Lot 6 and Lot 7. The process for awarding works through this framework will vary depending on the Lot as well as the contracting authority’s internal governance process, however there are two main principles of appointing Suppliers through the framework: Mini Competition - For projects where the estimated value is between the lot values, all the Suppliers on a Lot will be invited to confirm, by way of an expression of interest (EOI) based on basic project information. The EOI will accept responses for 5 working days, after which the EOI period will close and the Mini-Competition will be issued to interested Suppliers. Failure to respond to an EOI issued in the timeframe, will be considered that a Supplier is un-interested and the mini competition will only be issued to those Suppliers who submitted an EOI. Award without further competition (Direct Award) – For projects where the estimated value is between the lot values, the works can be awarded without further competition on a rotational system. The rotational list is prepared based on ranking of bidders from the framework procurement, starting from highest to lowest ranked bids in each lot. The Framework Agreement is available to all Public Sector organisations and Registered Charities within Hampshire, Isle of Wight and the surrounding Counties. This includes but is not limited to: Unitary Authorities, District, Borough, Town and Parish Councils, Fire and Police Authorities and successor counties/authorities, Local Education Schools, National Park Authorities, the NHS, Faith establishments, Universities, Colleges, Academies, ‘Free’ and maintained schools. Contracting Authorities may enter into underlying Contracts with the contractor(s) during the term of the Framework Agreement by following the Call-off Procedure as detailed in the Framework Guidelines and Working Practices. The Contracting Authorities can call-off from multiple lots should they wish to once they have signed the access agreements with HCC.

Katy Reed

Published 16 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete