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 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 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 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 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 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 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