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.

Contract Notice

Electrical Installation Condition Report (EICR) Inspections & Related Works – 2025

  • First published: 18 November 2025
  • Last modified: 18 November 2025
  • 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-05e266
Published by:
The Highland Council
Authority ID:
AA26601
Publication date:
18 November 2025
Deadline date:
17 December 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council wishes to appoint 1 Contractor for each Lot, submitting the Most Economically Advantageous Tender (MEAT), to provide Services & Works, for the Electrical Installation Condition Report (EICR) Inspections & Related Works for the Highland Council Area (EICRI).

The Contract shall be divided into lots by geographical area as follows:

Lot 1 Inverness & Nairn Areas [I&N]

Lot 2 Skye & Lochalsh and Ross & Cromarty Areas [SL&RC]

Lot 3 Caithness & Sutherland Areas [C&S]

Lot 4 Lochaber & Badenoch and Strathspey Areas [LB&S]

The Contract shall be for a 24-month period, with the option of multiple extensions to be extended by up to 24-months, subject to mutual agreement. The option of multiple extensions may be exercised by the Council giving written notice to the Supplier to that effect, not less than 3-month before the contract would otherwise expire.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Highland Council

Glenurquhart Road

Inverness

IV3 5NX

UK

Contact person: Lysanne Reid

E-mail: housing.electrical@highland.gov.uk

NUTS: UKM6

Internet address(es)

Main address: http://www.highland.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Electrical Installation Condition Report (EICR) Inspections & Related Works – 2025

Reference number: HC/Pl-H&C/EICRI/2025

II.1.2) Main CPV code

50711000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council wishes to appoint 1 Contractor for each Lot, submitting the Most Economically Advantageous Tender (MEAT), to provide Services & Works, for the Electrical Installation Condition Report (EICR) Inspections & Related Works for the Highland Council Area (EICRI).

The Contract shall be divided into lots by geographical area as follows:

Lot 1 Inverness & Nairn Areas [I&N]

Lot 2 Skye & Lochalsh and Ross & Cromarty Areas [SL&RC]

Lot 3 Caithness & Sutherland Areas [C&S]

Lot 4 Lochaber & Badenoch and Strathspey Areas [LB&S]

The Contract shall be for a 24-month period, with the option of multiple extensions to be extended by up to 24-months, subject to mutual agreement. The option of multiple extensions may be exercised by the Council giving written notice to the Supplier to that effect, not less than 3-month before the contract would otherwise expire.

II.1.5) Estimated total value

Value excluding VAT: 7 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Please refer in full to the ITT condition 14.6 (14. General Description of the Services)

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 Inverness & Nairn Areas [I&N]

II.2.2) Additional CPV code(s)

50711000

II.2.3) Place of performance

NUTS code:

UKM6


Main site or place of performance:

Various Addresses throughout the Inverness and Nairn areas including Ardersier, Auldearn, Beauly, Drumnadrochit, Fort Augustus, Invermoriston, Inverness, Nairn, Whitebridge

II.2.4) Description of the procurement

This Lot 1 covers in the region of 2,621 properties in Inverness and Nairn with approximately 1,572 properties in Year One and approximately 1,049 properties in Year Two.

The address lists will be issued to the contractor electronically in batches by the CA, based on priority, as the list is subject to live changes on a regular basis – i.e. voids, heating installations, mutual exchanges.

The contractor shall be issued each batch of address list as the previous list approaches full compliance. For contractor route optimisation and programming planning purposes these shall be issued to the contractor at a mutually agreeable timescale.

It should be noted that these numbers are not guaranteed. Some properties may be added or omitted during the currency of the contract i.e. recent new build properties may be added and demolished or properties that have been rewired may be omitted.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Contract shall be for a 24-month period, with the option of multiple extensions to be extended by up to 24-months, subject to mutual agreement. The option of multiple extensions may be exercised by the Council giving written notice to the Supplier to that effect, not less than 3-month before the contract would otherwise expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer in full to the ITT, SPD Instruction Document and Tender Documents.

Lot No: 2

II.2.1) Title

Lot 2 Skye & Lochalsh and Ross & Cromarty Areas [SL&RC]

II.2.2) Additional CPV code(s)

50711000

II.2.3) Place of performance

NUTS code:

UKM6


Main site or place of performance:

Various Addresses throughout the Skye And Lochalsh & Ross And Cromarty Area.

II.2.4) Description of the procurement

This Lot 2 covers in the region of 2,263 properties in Skye And Lochalsh & Ross And Cromarty Areas with approximately 1,359 properties in Year One and approximately 904 properties in Year Two.

The address lists will be issued to the contractor electronically in batches by the CA, based on priority, as the list is subject to live changes on a regular basis – i.e. voids, heating installations, mutual exchanges.

The contractor shall be issued each batch of address list as the previous list approaches full compliance. For contractor route optimisation and programming planning purposes these shall be issued to the contractor at a mutually agreeable timescale.

It should be noted that these numbers are not guaranteed. Some properties may be added or omitted during the currency of the contract i.e. recent new build properties may be added and demolished or properties that have been rewired may be omitted.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Contract shall be for a 24-month period, with the option of multiple extensions to be extended by up to 24-months, subject to mutual agreement. The option of multiple extensions may be exercised by the Council giving written notice to the Supplier to that effect, not less than 3-month before the contract would otherwise expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer in full to the ITT, SPD Instruction Document and Tender Documents.

Lot No: 3

II.2.1) Title

Lot 3 Caithness & Sutherland Areas [C&S]

II.2.2) Additional CPV code(s)

50711000

II.2.3) Place of performance

NUTS code:

UKM6


Main site or place of performance:

Various Addresses throughout the Caithness and Sutherland.

II.2.4) Description of the procurement

This Lot 3 covers in the region of 1,424 properties in Caithness And Sutherland Areas with approximately 855 properties in Year One and approximately 569 properties in Year Two.

The address lists will be issued to the contractor electronically in batches by the CA, based on priority, as the list is subject to live changes on a regular basis – i.e. voids, heating installations, mutual exchanges.

The contractor shall be issued each batch of address list as the previous list approaches full compliance. For contractor route optimisation and programming planning purposes these shall be issued to the contractor at a mutually agreeable timescale.

It should be noted that these numbers are not guaranteed. Some properties may be added or omitted during the currency of the contract i.e. recent new build properties may be added and demolished or properties that have been rewired may be omitted.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Contract shall be for a 24-month period, with the option of multiple extensions to be extended by up to 24-months, subject to mutual agreement. The option of multiple extensions may be exercised by the Council giving written notice to the Supplier to that effect, not less than 3-month before the contract would otherwise expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer in full to the ITT, SPD Instruction Document and Tender Documents.

Lot No: 4

II.2.1) Title

Lot 4 Lochaber & Badenoch and Strathspey Areas [LB&S]

II.2.2) Additional CPV code(s)

50711000

II.2.3) Place of performance

NUTS code:

UKM6


Main site or place of performance:

Various Addresses throughout the Lochaber & Badenoch and Strathspey

II.2.4) Description of the procurement

This Lot 4 covers in the region of 1,689 properties in Lochaber & Badenoch and Strathspey Areas with approximately 1,013 properties in Year One and approximately 676 properties in Year Two.

The address lists will be issued to the contractor electronically in batches by the CA, based on priority, as the list is subject to live changes on a regular basis – i.e. voids, heating installations, mutual exchanges.

The contractor shall be issued each batch of address list as the previous list approaches full compliance. For contractor route optimisation and programming planning purposes these shall be issued to the contractor at a mutually agreeable timescale.

It should be noted that these numbers are not guaranteed. Some properties may be added or omitted during the currency of the contract i.e. recent new build properties may be added and demolished or properties that have been rewired may be omitted.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Contract shall be for a 24-month period, with the option of multiple extensions to be extended by up to 24-months, subject to mutual agreement. The option of multiple extensions may be exercised by the Council giving written notice to the Supplier to that effect, not less than 3-month before the contract would otherwise expire.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer in full to the ITT, SPD Instruction Document and Tender Documents.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer in full to the ITT, SPD Instruction Document and Tender Documents - all as per Tender Requirements.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Please refer in full to the ITT, SPD Instruction Document and Tender Documents - all as per Tender Requirements.

III.2.2) Contract performance conditions

Tenderers are to refer in full to the ITT, SPD Instruction Document and Tender Documents (all as per Tender Requirements) which they shall comply with.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-203803

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/12/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 15/06/2026

IV.2.7) Conditions for opening of tenders

Date: 17/12/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The Contract Notice for future competition of recurring requirements will be published on Public Contracts Scotland (PCS).

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS to conduct this Tender exercise.

For more information please refer in full to the ITT and SPD-Instructions documents.

For further information on using PCS, please contact the PCS-Team - Telephone 0800 222 9003 PCS Website Contact Us Online Form https://www.publiccontractsscotland.gov.uk/AboutUs/AboutUs_ContactUs.aspx as stated in the ITT.

Tenderers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract.

Community benefits are included in this requirement.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=807942.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please refer in full to Tender documents for outline of community benefits which shall be included within this contract.

(SC Ref:807942)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=807942

VI.4) Procedures for review

VI.4.1) Review body

Inverness Sheriff Court and Justice of the Peace Court

The Inverness Justice Centre, Longman Road

Inverness

IV1 1AH

UK

Telephone: +44 1463230782

E-mail: inverness@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/inverness-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

17/11/2025

Coding

Commodity categories

ID Title Parent category
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations

Delivery locations

ID Description
100 UK - All

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:
housing.electrical@highland.gov.uk
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.