Planned and Reactive Electrical Maintenance Services

Award

Value

£0

Classifications

  • Repair and maintenance services of electrical building installations

Tags

  • award

Submission Deadline

4 years ago

Published

3 years ago

Description

**PLEASE NOTE THIS IS A CONTRACT AWARD NOTICE**
The Police and Crime Commissioner for South Wales requires Contractor(s) to provide Planned and Reactive Electrical Maintenance Services.  These Services will be split into the following Lots:
Lot 1 General Electrical Maintenance
Lot 2 - Lightening Protection
Lot 3 - PAT Testing
Lot 4 - Generator Maintenance
Lot 5 - EICR (Hardwire) Testing
Suppliers can bid for one or more Lots.

The Contractor shall be a member of the following organisations: 

Applicable to Lots 1, 3, 4 and 5:
Electrical Contractors Association (ECA)
OR
National Inspection Council for Electrical Installation Contracting (NICEIC)

Applicable to Lot 2:
Association of Technical Lightning and Access Specialists (ATLAS) or equivalent

The Contractor shall ensure that the Staff have the minimum qualification requirements stated below.  
Only applicable for Lot 1 - 18th Edition regulations + Test/Inspection City & Guilds 2391/2
Only applicable for Lot 2 - BS EN 62305 Accredited Lightning Protection system designers
Only applicable for Lot 3 - City & Guilds level 3 - Inspection and testing of electrical equipment (PAT Testing)
Only applicable for Lot 4 - NVQ Level 3 or City & Guilds 2395/6 or 2391/2
Only applicable for Lot 5 - 18th Edition regulations + Test/Inspection City & Guilds 2391/2

Applicable for all Lots:
ECS/CSCS Card stipulating 'Installation Electrician' or 'Maintenance Electrician' grade. 
Asbestos Awareness Training - Staff must have undertaken training (UKATA/IATP/ BOHS/ASHEeLA) within the previous 12 months and shall successful complete annual training thereafter.
Abrasive Wheel Training.

Where these qualifications are amended, added to or replaced as required by Law, the Contractor shall be responsible, at its cost, for ensuring the Staff meet the new requirements.

Engineers shall have experience of and be competent in:
Circuit design 
Project work

TUPE applies to this Contract. Please see the Instructions to Tenderer within the Tender Document for further information.

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Bypass the hassle of outdated portals.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

Compliance Services

Norwich City Council ((NCC) is seeking to appoint a single contractor to deliver a long-term Compliance Services Contract covering (but not restricted to) statutory inspection, testing, servicing, maintenance, repairs and associated upgrades across its housing stock and communal areas. The scope of services will include, but is not limited to, emergency and communal lighting, fire alarms and detection systems, automatic opening vents, warden call systems, domestic flat entrance door inspections, lateral and rising mains, access control systems, high-rise building ventilation, lightning protection, cold water storage tanks, dry risers, legionella risk assessments, and refuse chute cleaning. NCC reserve the right to include other relevant and appropriate services to this Contract at any time during the term. The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years using the JCT MTC (2024) form of Contract with a schedule of amendments, and will be awarded to a single Contractor. The estimated total contract value is £35.1 million inclusive of VAT. The procurement will be conducted under the Open Procedure in line with the Procurement Act 2023 and associated Procurement Regulations 2024, and the contract will be awarded on the basis of the Most Advantageous Tender, using a 60/40 quality to price weighting. The primary CPV code for this procurement is 50710000 (Repair and maintenance services of electrical and mechanical building installations), with additional relevant CPV codes covering specialist workstreams including legionella risk assessments, refuse chute cleaning, fire alarm systems, electrical installations and mechanical engineering works. The services are to be delivered across Norwich and the wider Norfolk area. NCC reserve the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. NCC also reserves the right not to award the Contract. Neither NCC nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Contract.

Katy Reed

Published 50 seconds from now
Open

TD2289 - Electrical Maintenance Services

Derby City Council (the Council) is undertaking this procurement to establish a contract for electrical reactive maintenance services. The procurement process adopted by the Council is based on the 'Open' tendering procedure as detailed in the Procurement Act 2023 (the "Act") and the Procurement Regulations 2024 (the "Regulations".) The initial contract period is two (2) years; the contract is estimated to commence 30th January 2026 and expire 29th January 2028. There will be an option to extend the contract for three (3) years in annual increments, subject to satisfactory performance and business needs. Maximum contract period is five (5) years. Please note suppliers wishing to express interest and obtain the documentation must do so by 12:00 on Tuesday 7th October 2025. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid. The deadline to submit clarification questions is 12:00 Friday 19th September 2025. The deadline for returns is 12:00 on Wednesday 8th October 2025. Documents are available at www.eastmidstenders.org (https://www.eastmidstenders.org) Please search for TD2289 or DN789442. Please note: we will only accept expressions of interest through the e-tendering system. Local Government Reorganisation (LGR) is underway in several areas across the country and may result in changes to council structures, service delivery and responsibilities, and geographical coverage during the life of the contract. For this contract it is anticipated that the effects of LGR may lead to an increased service demand or the need to extend provision to new areas or client groups. As set out in the Scope, bidders should note that the total costs estimated contract value as stated in the Contract Notice is £580,000, comprises of two components: i) The core contract value, estimated at £580,000, based on known current service requirements ii) An additional estimated value of £1,160,000 to reflect potential future changes in service scope or volume linked to LGR. Further details on the LGR can be found by accessing this link: https://www.gov.uk/government/collections/local-government-reorganisation-policy-and-programme-updates and https://www.derby.gov.uk/

Katy Reed

Published 1 week 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