Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Electrical Testing and Repairs

  • First published: 28 March 2026
  • Last modified: 28 March 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-06770b
Published by:
Platform Housing Limited
Authority ID:
AA81686
Publication date:
28 March 2026
Deadline date:
24 April 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Platform Housing Ltd is seeking to appoint contractors to deliver electrical testing and repair services across its housing portfolio.The services will include Electrical Installation Condition Reports (EICRs), associated remedial works, and electrical repairs to ensure compliance with statutory and regulatory requirements.The contract will cover a range of housing stock types and will be delivered across Platform's Severn, Tame and Witham regions. One contractor will be appointed per lot to deliver these regionalised services.

Full notice text

Scope

Procurement reference

Lot 3

Procurement description

Platform Housing Ltd is seeking to appoint contractors to deliver electrical testing and repair services across its housing portfolio.

The services will include Electrical Installation Condition Reports (EICRs), associated remedial works, and electrical repairs to ensure compliance with statutory and regulatory requirements.

The contract will cover a range of housing stock types and will be delivered across Platform's Severn, Tame and Witham regions. One contractor will be appointed per lot to deliver these regionalised services.

Main category

Works

Delivery regions

  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKF3 - Lincolnshire

Total value (estimated, excluding VAT)

42000000 GBP to 42000000GBP

Contract dates (estimated)

01 November 2026, 00:00AM to 31 October 2031, 23:59PM

Extension end date (if all the extensions are used): 31 October 2033

Contracting authority

PLATFORM HOUSING LIMITED

Identification register:

  • GB-COH
  • GB-PPON

Address 1: 1700 Solihull Parkway

Town/City: Solihull

Postcode: B377YD

Country: United Kingdom

Companies House: RS008288

NUTS code: UKG32

Email: procurementnotices@platformhg.com

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Lots

Divided into 3 lots

Electrical Testing and Repairs - Severn

Lot number: 1

Description

This lot covers the delivery of electrical inspection and testing services within the Severn locality.

The services will include Electrical Installation Condition Reports (EICRs), remedial works arising from inspections, and associated compliance activities to ensure properties meet statutory electrical safety requirements.

The Severn locality will be delivered across:

• Severn East - Droitwich and Evesham

• Severn Central - Worcester City

• Severn West - Malvern and Hereford

The contracting authority intends to appoint one contractor per locality for this lot.

The estimated value represents the total anticipated value of works across the locality and is not guaranteed.

Works will be contracted under a JCT Measured Term, where no work can be guaranteed.

CPV classifications

  • 45311000 - Electrical wiring and fitting work
  • 45317000 - Other electrical installation work
  • 50711000 - Repair and maintenance services of electrical building installations
  • 71314100 - Electrical services

Delivery regions

  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

Lot value (estimated)

14000000 GBP Excluding VAT

16800000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 November 2026, 00:00AM

Contract end date (estimated)

31 October 2031, 23:59PM

Extension end date (estimated)

31 October 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The initial contract term is five (5) years. The contracting authority reserves the right to extend the contract for up to a further two (2) years.

Any extension will be exercised at the sole discretion of the contracting authority and will be subject to satisfactory contractor performance, continued operational requirements and the availability of budget. Extensions will be applied in accordance with the provisions of the contract.

Maximum number of lots a supplier can be awarded

1

Description of how multiple lots may be awarded

Contractors may submit bids for multiple lots; however, a supplier will be limited to a maximum of one (1) lot award. Where a supplier is ranked first in more than one lot, the contracting authority reserves the right to determine the final allocation of awards in accordance with the published evaluation methodology and to ensure appropriate distribution of contracts.

Participation

Conditions

Economic

Conditions of participation

Detailed legal and financial capacity requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation.

These will include (but are not limited to) requirements relating to financial standing, insurance levels and economic and financial capacity. All requirements will be proportionate to the scope and value of the contract and will be applied in accordance with the Procurement Act 2023.

Full details are available within the Conditions of Participation document suite.

Conditions

Economic

Conditions of participation

Detailed technical and professional ability requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation.

This will include (but is not limited to) relevant experience in delivering electrical testing and repair services, including EICRs and associated remedial works, technical competence, qualifications, accreditations and capacity to deliver the services. Equivalent standards and evidence will be accepted in accordance with the Procurement Act 2023.

Full details are available within the Conditions of Participation document suite.

Conditions of participation

Where the number of suppliers meeting the Conditions of Participation exceeds the maximum number to be invited to tender, suppliers will be shortlisted based on the evaluation of their responses to the Conditions of Participation questions set out in the Procurement Specific Questionnaire (PSQ).

Responses will be assessed using the scoring methodology described in the Conditions of Participation (CoP) document and the highest ranked suppliers will be invited to submit a tender.

As outlined in the CoP document, Platform intends to invite between three (3) and four (4) suppliers to tender for this lot, subject to sufficient suitable applicants.

A maximum of nine (9) suppliers will be taken forward across all localities for this lot.

Where fewer compliant suppliers are received, all compliant suppliers may be invited to tender.

Award criteria

Type: quality

Name

Quality

Description

70% of the evaluation score will be awarded based on the quality of the bidder's proposal. Quality will be assessed against the questions set out in the tender documentation and will cover areas such as service delivery approach, operational capability, health and safety management, customer considerations and social value commitments.

Weighting: 70

Weighting type: percentageExact

Type: cost

Name

Cost

Description

30% of the evaluation score will be awarded based on the total tendered cost submitted by the bidder in accordance with the pricing schedule provided in the tender documents. The lowest compliant tender will receive the maximum score, with other bids scored proportionately in accordance with the evaluation methodology set out in the procurement documents.

Weighting: 30

Weighting type: percentageExact

Electrical Testing and Repairs - Tame

Lot number: 2

Description

This lot covers the delivery of electrical inspection and testing services within the Tame locality.

The services will include Electrical Installation Condition Reports (EICRs), remedial works arising from inspections, and associated compliance activities to ensure properties meet statutory electrical safety requirements.

The Tame locality will be delivered across :

• Tame West - Birmingham / West Midlands

• Tame North - Derbyshire

• Tame East - Leicestershire

The contracting authority intends to appoint one contractor per locality for this lot.

The estimated value represents the total anticipated value of works across the locality and is not guaranteed.

Works will be contracted under a JCT Measured Term, where no work can be guaranteed.

CPV classifications

  • 45311000 - Electrical wiring and fitting work
  • 45317000 - Other electrical installation work
  • 50711000 - Repair and maintenance services of electrical building installations
  • 71314100 - Electrical services

Delivery regions

  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKG2 - Shropshire and Staffordshire
  • UKG3 - West Midlands

Lot value (estimated)

14000000 GBP Excluding VAT

16800000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 November 2026, 00:00AM

Contract end date (estimated)

31 October 2031, 23:59PM

Extension end date (estimated)

31 October 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The initial contract term is five (5) years. The contracting authority reserves the right to extend the contract for up to a further two (2) years.

Any extension will be exercised at the sole discretion of the contracting authority and will be subject to satisfactory contractor performance, continued operational requirements and the availability of budget. Extensions will be applied in accordance with the provisions of the contract.

Maximum number of lots a supplier can be awarded

1

Description of how multiple lots may be awarded

Contractors may submit bids for multiple lots; however, a supplier will be limited to a maximum of one (1) lot award. Where a supplier is ranked first in more than one lot, the contracting authority reserves the right to determine the final allocation of awards in accordance with the published evaluation methodology and to ensure appropriate distribution of contracts.

Participation

Conditions

Economic

Conditions of participation

Detailed legal and financial capacity requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation.

These will include (but are not limited to) requirements relating to financial standing, insurance levels and economic and financial capacity. All requirements will be proportionate to the scope and value of the contract and will be applied in accordance with the Procurement Act 2023.

Full details are available within the Conditions of Participation document suite.

Conditions

Economic

Conditions of participation

Detailed technical and professional ability requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation.

This will include (but is not limited to) relevant experience in delivering electrical testing and repair services, including EICRs and associated remedial works, technical competence, qualifications, accreditations and capacity to deliver the services. Equivalent standards and evidence will be accepted in accordance with the Procurement Act 2023.

Full details are available within the Conditions of Participation document suite.

Conditions of participation

Where the number of suppliers meeting the Conditions of Participation exceeds the maximum number to be invited to tender, suppliers will be shortlisted based on the evaluation of their responses to the Conditions of Participation questions set out in the Procurement Specific Questionnaire (PSQ).

Responses will be assessed using the scoring methodology described in the Conditions of Participation (CoP) document and the highest ranked suppliers will be invited to submit a tender.

As outlined in the CoP document, Platform intends to invite between three (3) and four (4) suppliers to tender for this lot, subject to sufficient suitable applicants.

A maximum of nine (9) suppliers will be taken forward across all localities for this lot.

Where fewer compliant suppliers are received, all compliant suppliers may be invited to tender.

Award criteria

Type: quality

Name

Quality

Description

70% of the evaluation score will be awarded based on the quality of the bidder's proposal. Quality will be assessed against the questions set out in the tender documentation and will cover areas such as service delivery approach, operational capability, health and safety management, customer considerations and social value commitments.

Weighting: 70

Weighting type: percentageExact

Type: cost

Name

Cost

Description

30% of the evaluation score will be awarded based on the total tendered cost submitted by the bidder in accordance with the pricing schedule provided in the tender documents. The lowest compliant tender will receive the maximum score, with other bids scored proportionately in accordance with the evaluation methodology set out in the procurement documents.

Weighting: 30

Weighting type: percentageExact

Electrical Testing and Repairs - Witham

Lot number: 3

Description

This lot covers the delivery of electrical inspection and testing services within the Witham locality.

The services will include Electrical Installation Condition Reports (EICRs), remedial works arising from inspections, and associated compliance activities to ensure properties meet statutory electrical safety requirements.

The Witham locality will be delivered across:

• Witham West - Nottinghamshire

• Witham East - Lincolnshire

• Witham South - Market Harborough

The contracting authority intends to appoint one contractor per locality for this lot.

The estimated value represents the total anticipated value of works across the locality and is not guaranteed.This lot covers the delivery of electrical inspection and testing services within the Witham locality.

Works will be contracted under a JCT Measured Term, where no work can be guaranteed.

CPV classifications

  • 45311000 - Electrical wiring and fitting work
  • 45317000 - Other electrical installation work
  • 50711000 - Repair and maintenance services of electrical building installations
  • 71314100 - Electrical services

Delivery regions

  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF3 - Lincolnshire

Lot value (estimated)

14000000 GBP Excluding VAT

16800000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 November 2026, 00:00AM

Contract end date (estimated)

31 October 2031, 23:59PM

Extension end date (estimated)

31 October 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The initial contract term is five (5) years. The contracting authority reserves the right to extend the contract for up to a further two (2) years.

Any extension will be exercised at the sole discretion of the contracting authority and will be subject to satisfactory contractor performance, continued operational requirements and the availability of budget. Extensions will be applied in accordance with the provisions of the contract.

Maximum number of lots a supplier can be awarded

1

Description of how multiple lots may be awarded

Contractors may submit bids for multiple lots; however, a supplier will be limited to a maximum of one (1) lot award. Where a supplier is ranked first in more than one lot, the contracting authority reserves the right to determine the final allocation of awards in accordance with the published evaluation methodology and to ensure appropriate distribution of contracts.

Participation

Conditions

Economic

Conditions of participation

Detailed legal and financial capacity requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation.

These will include (but are not limited to) requirements relating to financial standing, insurance levels and economic and financial capacity. All requirements will be proportionate to the scope and value of the contract and will be applied in accordance with the Procurement Act 2023.

Full details are available within the Conditions of Participation document suite.

Conditions

Economic

Conditions of participation

Detailed technical and professional ability requirements will be assessed as part of the Selection Questionnaire and Conditions of Participation documentation.

This will include (but is not limited to) relevant experience in delivering electrical testing and repair services, including EICRs and associated remedial works, technical competence, qualifications, accreditations and capacity to deliver the services. Equivalent standards and evidence will be accepted in accordance with the Procurement Act 2023.

Full details are available within the Conditions of Participation document suite.

Conditions of participation

Where the number of suppliers meeting the Conditions of Participation exceeds the maximum number to be invited to tender, suppliers will be shortlisted based on the evaluation of their responses to the Conditions of Participation questions set out in the Procurement Specific Questionnaire (PSQ).

Responses will be assessed using the scoring methodology described in the Conditions of Participation (CoP) document and the highest ranked suppliers will be invited to submit a tender.

As outlined in the CoP document, Platform intends to invite between three (3) and four (4) suppliers to tender for this lot, subject to sufficient suitable applicants.

A maximum of nine (9) suppliers will be taken forward across all localities for this lot.

Where fewer compliant suppliers are received, all compliant suppliers may be invited to tender.

Award criteria

Type: quality

Name

Quality

Description

70% of the evaluation score will be awarded based on the quality of the bidder's proposal. Quality will be assessed against the questions set out in the tender documentation and will cover areas such as service delivery approach, operational capability, health and safety management, customer considerations and social value commitments.

Weighting: 70

Weighting type: percentageExact

Type: cost

Name

Cost

Description

30% of the evaluation score will be awarded based on the total tendered cost submitted by the bidder in accordance with the pricing schedule provided in the tender documents. The lowest compliant tender will receive the maximum score, with other bids scored proportionately in accordance with the evaluation methodology set out in the procurement documents.

Weighting: 30

Weighting type: percentageExact

Submission

Expression of interest deadline

24 April 2026, 14:00PM

Date of award of contract

01 October 2026, 23:59PM

Submission address and any special instructions

www.proactis.comAll submissions must be made electronically via Platform Housing Group's eTendering system (Proactis).Suppliers must register on Proactis and search for the opportunity to access the procurement documents and submit a response.Submissions submitted outside of the Proactis system will not be accepted.

Maximum number of suppliers to be invited to tender

4

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

ID

future

Document type

Bidding documents

Document type

www.Proactis.com

Procurement documentation will be made available via the Platform Housing eTendering system (Proactis).

Interested suppliers must register on Proactis and search for the opportunity to access and download all procurement documents.

Further details including how to register on Proactis are available at: https://www.platformhg.com/platform-housing-group-procurement

Coding

Commodity categories

ID Title Parent category
71314100 Electrical services Energy and related services
45311000 Electrical wiring and fitting work Electrical installation work
45317000 Other electrical installation work Electrical installation work
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.