The rewire of Ben Rhydding Primary School, Bolling Road, Ben Rhydding, lkley LS29 8QH

Open

Buyers

Value

£150,000

Classifications

  • Electrical wiring work
  • Electrical installation work
  • Electrical wiring and fitting work
  • Electrical fitting work
  • Other electrical installation work
  • Electrical-system repair services
  • Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • Repair and maintenance services of electrical distribution equipment
  • Repair and maintenance services of electrical and mechanical building installations
  • Repair and maintenance services of electrical building installations
  • Installation services of electrical and mechanical equipment
  • Electrical services

Tags

  • tender

Submission Deadline

1 week from now

Published

1 week ago

Description

The Council requires a suitably qualified and experienced Contractor to undertake the rewire, which includes the replacement of all the wiring in the school - it covers distribution, power, lighting, emergency lighting and fire alarm. All installation work and compliance testing on must be carried out in accordance with BS 7671: 2018 requirements for electrical installations, BS 5839-1:2025 Fire Detection and Fire Alarm Systems in Buildings and subsequent amendments, BS 4737-4.3: 1988 Intruder Alarm Systems in Buildings and subsequent amendments, BS 5266-1:2011 code of practice for emergency lighting of premises, The Electricity at Works Regulations 1989. The Contractor shall be responsible for providing all drawings, service manuals, manufacturer information and instructions required by their staff to carry out the installation and commissioning of the systems within the installation.

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Bypass the hassle of outdated portals.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

IRM25/7707 - The Repair of Optical Electrical Assemblies and Associated Assemblies

The Ministry of Defence (the Authority) intends to negotiate a single source contract with Thales UK Ltd for the repair of various line replacement units (LRUs) fitted to the wheeled vehicle platforms, for a period of 5 years with the option of a further 2 x 1 years. The estimated total contract value is not to exceed £4.3M. It is considered that this contract can be awarded using the Negotiated Procedure Without Prior Publication pursuant to Regulation 16(1)(a)(i) of the Defence and Security Public Contracts Regulations 2011 (DSPCR 2011) due to an absence of suitable tenders in response to a call for competition. This requirement was originally advertised subject to the DSPCR 2011 Regulation 17(2) as Lot 1 - Optical Electrical Assemblies and Associated Assemblies of IRM22/7626 with Notice identifier: 2024/S 000-025888 and Procurement identifier (OCID): ocds-h6vhtk-048b0d This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that Ministry of Defence is to negotiate a single source framework agreement with Thales UK Limited, 1 Linthouse Road, Glasgow G51 4BZ and this notice is published for reasons of transparency only. Please note, Babcock Land Defence Limited (Babcock) is acting as agent on behalf of the Ministry of Defence, in the first instance with queries relating to this procurement may direct themselves to Babcock. Risk Assessment Ref: RAR-250523B02 Cyber Risk Profile: Very Low

Open

Electrical Works and Associated Services Framework Agreement

The University of Edinburgh will shortly be going out to tender via an Open Procedure to appoint suppliers to a Framework Agreement (incorporating a Measured Term Contract) for the provision of Electrical Works and Associated Services to service the University of Edinburgh's Estate of approximately 550 varied buildings in Edinburgh and Midlothian, including all buildings and other property owned, occupied or otherwise used by the University of Edinburgh. The Framework is tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh’s Subsidiary Companies may access and utilise this Framework at any time during the life of the agreement. The framework agreement will operate under the SBCC Framework Agreement for use in Scotland (FA/Scot) 2014 Edition and all call-offs/contracts awarded under the framework will operate under the SBCC Measured Term Contract for use in Scotland (MTC/Scot) 2019 Edition, or, the NEC 4 Contract (where applicable). The next generation Agreement will cover the provision of reactive electrical services maintenance and repairs, planned small works and associated builder’s work in connection with electrical work only. As required under CDM 2015, the Provider(s) is responsible for the co-ordination, supervision and administration of the Works, including all sub contracts. The Provider shall arrange and monitor a programme with each sub-contractor, supplier, local authority and statutory undertaker, and obtain and supply information as necessary for the co-ordination of the work. For the purposes of this Framework Agreement the University of Edinburgh estate will be divided into two areas or Lots outlined below. Lot 1 – Science & Engineering (Kings Buildings) and Medical & Veterinary Sciences Lot 2 – Humanities, Arts and Social Sciences, Accommodation, Catering and Events (ACE) and Professional Services. Suppliers will be allowed to bid for any number of Lots and may be awarded onto one or both Lots, however, to reduce dependency on the first ranked supplier, a supplier may only be ranked first in one of the Lots and consideration will be given to the supplier’s Lot preference. The four (4) highest scoring suppliers will be invited on to each of the Lots. The service requirements are the same in each Lot and both Lots will have the same quality and price questions and weightings. In the event a supplier is ranked first in both Lots, consideration will be given to the first ranked supplier’s preferred Lot. The second ranked supplier in the remaining Lot will be allocated first ranking. The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1). The estimated total contract value is based on forecast spend across both Lots over a 4 year period.

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