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