Framework Agreement for the Provision of Electrical Testing to the named Academic Partners of the University of the Highlands and Islands

Award

Description

The Authority is seeking to set up a Framework Agreement for the Provision of Electrical Testing to the named Academic Partners of the University of the Highlands and Islands.
The Framework Agreement is split into two (2) Lots. Lot 1 is for PAT Testing and Lot 2 is for Fixed Wire Testing. For the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are not obligated to use the Framework Agreement.
- UHI Inverness
- UHI North Highland
- UHI Outer Hebrides
- UHI West Highland
- Sabhal Mòr Ostaig
It should be noted that UHI North Highland, UHI Outer Hebrides and UHI West Highland are expected to merge into one institution in the summer of 2023. In the event this merger takes place, the newly formed institution will have access to this Framework Agreement.
Each named Academic Partner may join the Framework Agreement at any time during the Framework Agreement, for some this will be when their existing supply Agreements expire; this means that from the beginning of the Framework Agreement, participation may be phased in.
Please note that this procurement exercise is split into two (2) Lots:
Lot 1 – PAT Testing
Lot 2 – Fixed Wire Testing
The Authority intends to appoint a maximum of one (1) Contractor to each Lot.
Tenderers can tender for one and/or multiple Lots. Tenderers should indicate which Lot(s) they are tendering for in the Single Procurement Document (SPD). Tender responses will be evaluated on a Lot by Lot basis.
The Tenderer can tender for one or multiple lots as long as they have the capacity and capability to meet the specification of requirements.

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Bypass the hassle of outdated portals.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

Periodic Electrical Inspection & Testing to Domestic Properties

The works to be provided under this contract will consist of Electrical Inspection and Testing of the 'fixed' electrical parts of electrical installations within NIHE's Domestic properties, to be checked (periodically inspected and tested) by a qualified and competent person within a 5-year planned cycle. The electrical installations must meet the required standards, as per BS7671, the Requirements for Electrical Installations, set out within the IET Wiring Regulations Eighteenth Edition, as amended. The contractors will record any non-compliances with BS7671, as amended and use observation classification codes, C1, C2, C3 and FI to indicate where remedial work and or further investigation must be undertaken. If observations are made with the electrical installation, requiring classification codes C1, C2 and FI, then remedial work will be required, these remedial works should be undertaken by the Contractor during the completion of the inspection and testing. Upon completion of the remedial works relating to observations classified as C1, C2 and FI, the Contractor must issue a Satisfactory Electrical Installation Condition Report (EICR). The work also incorporates the replacement of Smoke and Heat detectors which have already achieved or will achieve a 10-year life within the next 1 year. Core Works which is Periodic Electrical Inspection and Testing including other Works, but not limited to, Electrical Installation Works, Fire Detection Alarm test and replacement Fire Detector's, and Consultancy services associated with this contract when required. All electrical work is to be undertaken by an organisation that is a registered user/subscriber to an accepted electrical licence to practice system. All electrical workers engaged in the delivery of the service must be registered with and hold a valid Licence to Practice (LtP), issued by an approved electrical Licence to Practice system as set out by the Department of Finance. LtP systems which are currently recognised as providers under the LtP initiative are SparkSafe and ECS Check Northern Ireland (provided by the Electrotechnical Certification Scheme). All electrical work is to be undertaken by an organisation that is registered, operates, and maintains a UKAS accredited third party electrical certification system. Government-approved registering bodies in Northern Ireland are NICEIC (National Inspection Council for Electrical Installation Contracting) and NAPIT (National Association of Professional Inspectors and Testers. All information contained within this notice is indicative only and subject to change at any time without notice. Full details of the Conditions of Participation and Scope will be detailed in the Associated Tender Documents. The contract is focused on Domestic properties only. Periodic Electrical Inspection & Testing to non-domestic properties will be subject to a separate procurement. Note, the lot values and total contact values (both with and without VAT) have been rounded up to the nearest 100. Precise values relating to the pre-tender estimate for each lot will be provided in the ITT.

Katy Reed

Published 3 days ago
Open

Measured Term Maintenance (MTM) Repairs and Testing

This Planned Procurement Notice is to inform the market that an Invitation to Tender ("ITT") will be issued by The Police & Crime Commissioner for Humberside Police (the "PCC") in connection with a competitive procurement for the provision of Measured Term Maintenance (MTM) Testing and Repairs. The future procurement will be conducted in accordance with the "Competitive Tendering Procedures" in order to award a "Framework" under the Procurement Act 2023 ("the Regulations"). The Joint Estate Service (JES) on behalf of Humberside Police and Humberside Fire & Rescue Service have a requirement for the provision of a managed maintenance service. This service will be required to ensure that the infrastructure and systems meet the operational and safety needs of each organisation. This includes the provision of 24/7 call out service for emergency response to attend as required. This framework agreement will be tendered in 7 maintenance service specific lots: Lot 1: Access Lot 2: Electrical Lot 3: Fall Arrest Works Lot 4: Fire Services Lot 5: Mechanical Lot 6: Wet Mechanical Lot 7: Building Services Suppliers may bid for either one, any combination of, or all seven lots. The Joint Estates Service will be hosting supplier engagement appointments across several days for potential bidders to meet the JES Team and to raise any questions in relation to the tendered opportunity. Dates/Times Available for Appointments: Thursday 14th August 2025 - 08:00 - 16:00 Monday 18th August 2025 - 08:00 - 16:00 Wednesday 20th August 2025 - 08:00 - 16:00 Appointments will be restricted to one appointment per bidder and limited to forty-five (45) minutes each. Appointments can be conducted either in person at Melton 2 Police Station, Wyke Way, North Ferriby, HU14 3BQ or electronically via Microsoft Teams. Any clarification question(s) or answer(s) around the specification or procurement process will be recorded, anonymised and shared with all parties who have expressed an interest in this tender opportunity. If you are interested in booking and appointment, please email [email protected]. In your email please indicate which format, and preferred date/time.

Katy Reed

Published 6 days 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