Electrical Installations Condition Report (EICR) and Remediation Works

Open

Buyers

Value

£26,382,304

Classifications

  • Electrical services
  • Lighting equipment and electric lamps
  • Repair and maintenance services of electrical distribution equipment
  • Repair and maintenance services of electrical building installations
  • Installation services of electrical equipment
  • Electrical installation work
  • Technical testing, analysis and consultancy services
  • Energy and related services

Tags

  • tenderUpdate

Submission Deadline

3 weeks from now

Published

9 hours ago

Description

Please refer to the Information for tenders document for detailed description of requirements and relevant tender documentation.

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Bypass the hassle of outdated portals.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

DN773397 The Complete Rewire, Replacement of Mechanical Services and Building Works of the Key Stage 1 Building at Manorbrook Primary School, Thornbury

The Council is seeking to appoint an NICEIC Approved Electrical Contractor to act as Principal Contractor with the capability and experience to manage specialist sub-contractors to undertake and execute the following works during the school summer holiday period (7th July – 31st August 2025) at Manorbrook Primary School, Park Road, Thornbury, BS35 1JW: (i) the complete rewire, replacement of heating pipework, heat emitters, individual room ventilation systems, hot and cold-water services pipework (not including the main boiler plant) and associated building works which includes minor building adaptations, replacement of suspended ceilings, replacement of required flooring and complete redecoration in the Key Stage 1 (KS1) building. (ii) undertake minor building adaptations in the stand-alone Key Stage 2 (KS2) building (which includes changing the use of the staff room into a library). (iii) construct a new external concrete base for future outdoor building. (iv) remove the furniture and education resource materials from the KS1 into specific areas of the adjacent KS2 building at the beginning of the school holiday from Saturday 19th July before the works commence and return the furniture at the end of the contract 30th and 31st August 2025 (as detailed in Schedule 3.5). (v) carry out a through professional service clean of the work areas in the KS1 and KS2 before return of furniture towards the end of the contract (as detailed in Schedule 3.6). The Council will not consent to the whole of the works being sub-contracted. It is essential that this project is successfully executed during the summer recess so the Contractor will need to demonstrate they have recently completed at least one similar project successfully (similar scope of work, similar value and similar timescale) and they have the competency and sufficient resources to meet these deadlines. The Contractor shall appoint a competent and suitably experienced full-time site-based representative (i.e. site supervisor /contract manager) throughout the duration of the contract works. It is expected the contractor will have to work longer weekdays and weekends to complete the work within the contract period and include these costs in their tender. The whole of the works shall be carried out in accordance with the terms and conditions of the JCT Standard Building Contract without quantities 2016 (SBC/XQ), published on behalf of The Joint Contracts Tribunal Limited by Thomson Reuters (Legal) Limited trading as Sweet & Maxwell. The Contractor shall obtain a copy of The Joint Contracts Tribunal Limited Minor Works Building Contract 2016 and shall make themself aware of the conditions therein. On the accompanying Architect’s drawings, these works are described as ‘phase 1’, as this is the initial stage to increase the capacity of the school over the new few years. The Key Stage 1 building is a single storey flat roof SCOLA type building built in the 1970’s of 873m2 gross internal floor area. The Key Stage 2 building (1212m2), of the similar age as KS1 is part single and part two-storey. The standalone boiler room houses the centralised heating and hot water plant which serves both buildings. The works shall be carried out in accordance with the Construction (Design and Management) Regulations 2015. The Contractors will need to demonstrate they are fully conversant with their responsibilities under the Regulations in their tender return and allow for all costs associated with their management of the Contract. The council has appointed a CDM Advisor who has produced the Health & Safety Pre-construction information given in Schedule 7. There has been a previous lighting replacement scheme with LED luminaires provided to the majority of the areas and these shall be carefully removed, stored, reinstated and incorporated into the proposed circuits with new controls and emergency lighting. The Principal Contractor shall be responsible for arranging and managing the temporary decanting of furniture from all rooms in KS1 into the adjacent KS2 building (in rooms shown on contract drawings) by a specialist commercial removal specialist. This shall include supply commercial stackable crates, large trolleys to move larger bulky item (e.g. materials and sports equipment) and moving large PE equipment. The Contractor shall appoint and instruct the removal specialist to deliver packaging crates from the date of appointment to enable the school to pack away all loose educational equipment into the crates and trolleys. The Council will arrange the removal and refixing of the interactive whiteboards. A school summer holiday club will operate from part of the KS2 building. The contract information shows required Heras fencing and describes the sequence of works needed to ensure there is a clear barrier between the contractor’s working area and the holiday club. Contractors shall ensure they can meet the required ‘pass’ criteria questions in ITT Schedule 2 (PSQ) before preparing and submitting a tender.

Katy Reed

Published 3 hours ago
Open

Farnham Christmas Lights

Farnham Town Council (FTC) is inviting quotes for the design and delivery of its annual Christmas Lights contract. It covers LED decorations throughout the centre of the town and a number of smaller population centres (see map at Appendix A; list of current locations and options for expanded coverage at Appendix B). The contract also includes installation and take down, annual testing of lights and fixings, and the provision of real Christmas trees, currently three large trees. Installation/testing of fixings will begin in August 2025 and installation of lights will start in October 2025. The aim is to award the contract before the end of July 2025 which will run for 5 years (2025 to 2030) with the option to extend (up to a further five years). Decorations will be switched on in the second week of November and remain in place until January each year. FTC is seeking a scheme that places strong emphasis on creativity and visual impact. Bidders are encouraged to propose imaginative lighting concepts that deliver a cohesive and memorable experience, enhancing Farnham's distinctive character during the festive season. Particular value will be placed on proposals that demonstrate originality, placemaking through lighting, and the ability to create a sense of occasion and wonder across the town centre and surrounding areas. Submissions should prioritise cost effective and thoughtful design over purely functional installation. Schemes should be elegant, inspiring, and contribute meaningfully to Farnham's festive atmosphere, whilst being straightforward to install and take down. The council is seeking bids for the supply of equipment and invites quotations on the basis of either a purchase or a lease arrangement. Suppliers may choose to submit a proposal for either pricing structure or both but must be explicit and unambiguous in stating which options their bid covers. Each pricing model must be presented separately with full cost breakdowns, any applicable servicing and maintenance provisions. This tender is in 4 parts. Bidders may bid for one or more part, and the preference is for one bidder to be awarded all parts. FTC is unable to give a breakdown of the value split between each part. Costs for the repair of lights and brackets must be contained within the value of part 3 (installation, take down and testing). Lot 1 - Supply of lights Part 2 - Annual supply of Christmas trees (number dependent on design, but must include a minimum of 3) Part 3 - Installation, maintenance, take down, and removal of lights and fixings (if necessary) . Include separate cost for annual testing. Part 4 - Storage of Lot 1 Full written paper or electronic submissions are invited for delivery to FTC by 10.30 am, on Monday 9th June. Electronic submissions may be made to the dedicated mailbox at: [email protected] NB this mailbox is for the submission of bids only and will not be opened prior to the above deadline. The contract will be awarded by the 31st July 2025, with the bulk of the lights being installed in October 2025 - the only exception being the Remembrance Day route - see Instructions section. Farnham Christmas Lights Switch-On event in Gostrey Meadow, will be held on Saturday 15th November 2025. All lights, trees and decorations must be installed, tested and fully operational in time for the switch-on event (excepting the Remembrance Day route as above). The event is supported by free live entertainment from schools, theatre groups, dance companies and local bands as well as fair ground rides and attractions. A named and agreed representative from the approved supplier to attend the Switch On event annually, in coordination with the FTC Events Manager or Business and Facilities Manager. Other switch on events will take place in other parts of the town after 15th November 2025 (eg. Rowledge, Hale and Badshot Lea). With other events held throughout the town, FTC will consider schemes which may be able to remain in place for longer than the Christmas period stated of October to January, so that they can be used for other events. Lighting must be installed in zones, to be controlled remotely by officers of FTC and their delegates. The following documents give full details of specifications, requirements and the bid submission process. Value of contract £250,000-£400,000 (excluding VAT) for a 5-year contract plus an optional extension for a further 5 years.

Katy Reed

Published 1 day ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete