Framework Agreement for the Provision of Periodic Fixed Electrical Testing and Inspection

Complete

Value

£1,900,000

Classifications

  • Repair and maintenance services of electrical building installations
  • Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • Electrical services
  • Mechanical and electrical engineering services

Tags

  • tender

Submission Deadline

1 year ago

Published

2 years ago

Description

This framework is for the provision of undertaking the Periodic Electrical Testing and Inspection of Electrical Installations. There are currently 511 properties covered by the existing arrangement. For clarification purposes, the Periodic Electrical Testing of Electrical Installations will also include fixed electrical appliances within each site.
This testing and inspection only framework includes the following elements within the tendered service rate:
i)	Where specified within the pricing schedule, annual Testing and Inspection of Electrical Installations (including fixed electrical appliances).
ii)	Where specified within the pricing schedule, 3 Yearly Testing and Inspection of Electrical Installations (including fixed electrical appliances).
iii)	Where specified within pricing schedule, 5 Yearly Testing and Inspection of Electrical Installations (including fixed electrical appliances).
iv)	All labor and travelling time required for the successful completion of Periodic Electrical Testing and Inspection of Electrical Installations (including fixed electrical appliances).
v)	The production of service reports and EICR documentation as specified within this document.
Responsive Maintenance - There is no requirement for the successful contractor to provide a callout facility of any kind within the scope of the framework.
This framework includes no guarantee of orders for remedial works following the completion of Periodic Electrical Testing and Inspection of Electrical Systems (including fixed electrical appliances).
It should be noted that the client reserves the right to appoint up to three separate successful contractors for the delivery of this framework.

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Bypass the hassle of outdated portals.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

28-32 Flexible Procurement and Supply of Gas and/or Electricity

The Contracting Authority will establish a single, closed Framework Agreement for the flexible procurement and supply of Gas and/or Electricity, as well as Net Zero Energy related Innovation Solutions, to public sector organisations across the United Kingdom. Following comprehensive market engagement, the framework structure has been confirmed and will comprise three distinct lots: Lot 1: Flexible Procurement and Supply of Electricity with Additional Services (covering HH, NHH, Metered and Unmetered Electricity) Lot 2: Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) with Additional Services Lot 3: Supply of Innovation Solutions relating to renewable energy and flexibility services The framework will support flexible procurement strategies, and offer two service levels to Participating Authorities. A Procurement Only Service Offering (POSO) and a Fully Managed (FM) Service. Additional services within scope include: Metering and data services (Meter Operations, Data Collection & Aggregation, AMR provision) Net zero and renewable energy solutions (including PPAs, REGO-backed supply, demand-side response) Virtual PPA facilitation and access to intraday electricity markets Small generation opportunities (Smart Export Guarantee, Feed-in Tariff) Innovation solutions for renewable energy and flexibility services The framework will provide Participating Authorities with access to competitive, flexible energy procurement that supports their net zero commitments and delivers best value. Framework Operation: Suppliers will be evaluated and ranked independently for each lot based on their tender responses. Awards will be made to a maximum of three suppliers on Lot 1 and Lot 2 respectively, and all suppliers on Lot 3 who meeti the minimum requirements of the tender.Suppliers will be ranked as either Primary or Secondary suppliers based on their evaluation scores, with Primary Suppliers being offered first opportunity for any Awards Without Competition via the framework. Call-off procedures: Participating Authorities may award call-off contracts through either: Award Without Competition to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or Award Without Competition to a Secondary Supplier where the Participating Authority has specific requirements that cannot be met by the Primary Supplier, or where other valid reasons apply; or Further-competition among all framework suppliers capable of meeting the specific requirements. Pricing determination: Prices for call-off contracts will be determined through the suppliers' framework pricing submissions and the specific requirements of the Participating Authority (for direct awards) or through competitive tendering in mini-competitions. Supplier performance and transfer mechanisms: The Contracting Authority reserves the right to facilitate the transfer of Participating Authorities to alternative framework suppliers in circumstances including but not limited to: material supplier underperformance, supplier failure, force majeure, or where a Participating Authority's needs can only be served by an alternative supplier. Secondary suppliers provide essential resilience and optionality throughout the framework term. The Contracting Authority reserves the right to remove or suspend suppliers from the framework where performance issues are not addressed satisfactorily in accordance with the dispute resolution procedures. There is no restriction on the number of lots a single supplier may be awarded, enabling the appointment of a single primary supplier across multiple lots where this represents best value and meets strategic requirements. To view this notice, please click here: https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=989269017

Katy Reed

Published 2 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