C1247 – Electrical Inspection, Testing and Repair Services (EITR)

Award

Value

£10,000,000

Classifications

  • Electrical services
  • Electrical-system repair services
  • Repair and maintenance services of electrical distribution equipment
  • Industrial inspection services

Tags

  • award
  • contract

Published

5 months ago

Description

This Contract is for the provision of Electrical Inspection, Testing , Repair / Safe Isolation of C1 faults and repair of C2 and C3 defects within Northern Ireland Water sites. Services required under this Contract are to enable Northern Ireland Water “the Client” to comply with current legislative requirements relating to the Electrical Inspection, Testing and Repair/making safe C1 faults and repair of C2 and C3 defects to ensure that the Client meets its statutory duties specifically but not limited to complying with the Electricity at Work Regulations NI 1991. The Contract shall include, but is not limited to: • Electrical Inspection, Testing and Repair / Safe Isolation of C1 faults and repair of C2 and C3 defects as per the current edition of BS 7671, • Provision of all statutory documentation associated with the Services. • Provision of Management Information reports. • Provision of competent professional services in relation to duties and tasks required to ensure legislative compliance for the Client’s sites.

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Bypass the hassle of outdated portals.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 50 minutes ago
Open

Office for Product Safety and Standards (OPSS) - Product Testing Framework

The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK’s National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS’s responsibilities. The testing requirements will cover: • Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments. • Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products. • Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances. • Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety. • Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards. These testing services are essential for OPSS’s proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice. DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at £43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025. It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk. Background The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation. OPSS is: • the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories. • the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable. • the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements. • the enforcement authority for a range of product regulations on behalf of other government departments. Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services

Katy Reed

Published 5 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

sourcingniwater.com

[email protected]

[email protected]

+44 8456006300

[email protected]

+44 2889541359

Timeline complete

Publish
Bid
Evaluate
Award
Complete