Notice Information
Notice Title
Periodic Electrical Inspection and Testing to Domestic Properties
Notice Description
In accordance with the Procurement Policy Note 01/21 - Social Value in Procurement, this Contract will deliver measurable social value outcomes. Under this Procurement the Suppliers will be required to support the Contracting Authority's social value objectives. Accordingly, Contract performance conditions and/or Award Criteria may relate to social value. The works to be provided under this contract will consist of Electrical Inspection and Testing of the 'fixed' electrical parts of electrical installations within NIHE's Domestic properties, to be checked (periodically inspected and tested) by a qualified and competent person within a 5-year planned cycle. The electrical installations must meet the required standards, as per BS7671, the Requirements for Electrical Installations, set out within the IET Wiring Regulations 18th Edition, as amended and current at the time works. The Contractors will record any non-compliances with BS7671, as amended and use observation classification codes, C1, C2, C3 and FI to indicate where remedial work and/or further investigation must be undertaken. If observations are made with the electrical installation, requiring classification codes C1, C2 and FI, then remedial work will be required, these remedial works should be undertaken by the Contractor during the completion of the inspection and testing. Upon completion of the remedial works relating to observations classified as C1, C2 and FI, the Contractor must issue a fully completed Electrical Installation Condition Report with a Satisfactory overall assessment of the installation in terms of its suitability for continued use. The Electrical Installation Condition Report is to be completed utilisng electrical certification computer software, that has the capability to produce and provide electronic copies of electrical installation and inspection and testing certificates, EICRs, fully compliant with the requirements of the Model Forms for Certification and Reporting contained within the IET Wiring Regulations, BS 7671, as amended and current at the time of the works. This description is not exhaustive, refer to the Associated Tender Documents for full details regarding the scope.
Lot Information
South And East Belfast Area
Lot 1 South And East Belfast Area - Full details for are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
South Antrim AreaLot 2 South Antrim Area - Full details are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
North Down and Ards AreaLot 3 North Down and Ards Area - Full details are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
South Area (Non HED)Lot 4 South Area (Non HED) - Full details are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
Mid And East Antrim AreaLot 5 Mid And East Antrim Area - Full details are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
Lisburn And Castlereagh AreaLot 6 Lisburn And Castlereagh Area - Full details are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
South Down AreaLot 7 South Down Area - Full details are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
Mid Ulster AreaLot 8 Mid Ulster Area - Full details are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
Causeway Area (Non HED)Lot 9 Causeway Area (Non HED) - Full details are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
Southwest AreaLot 10 Southwest Area - Full details are contained in the associated tender documents.
Options: The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever.
Renewal: The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service.
Planning Information
Suppliers are invited to share their feedback in relation to the anticipated Financial Capacity and Technical Ability requirements set out below with the Contracting Authority by contacting cprocurement@nihe.gov.uk clearing marking your email as being in relation to 'P-0400 Conditions of Participation', before CoB 25th July 2025 The Planned Procurement Notice published on 27th June invited suppliers to feedback on the Conditions of Participation. This notice formalises this market engagement and elaborates on the anticipated Conditions of Participation. The following conditions of participation are indictive only and subject to change without notice. FINANCIAL CAPACITY The Contracting Authority intends to use Constructionline, an independently operated database, to assess the financial standing of Suppliers tendering for works and services contracts. Suppliers should have a verified Notation Value at least equal to the estimated annual value of the lot for which they are tendering, in any one of the following Constructionline Relevant Work Categories if tendering for this lot: - Testing Of Electrical Installations - Electrical Services - Electrical Installation and Maintenance/Services - Electrical Installation & Maintenance/Services Notional Verified Values of their Relevant Work Category: - Notional Value for Lot 1: £346,500 - Notional Value for Lot 2: £459,030 - Notional Value for Lot 3: £368,940 - Notional Value for Lot 4: £175,230 - Notional Value for Lot 5: £185,460 - Notional Value for Lot 6: £387,750 - Notional Value for Lot 7: £419,430 - Notional Value for Lot 8: £122,760 - Notional Value for Lot 9: £96,030 - Notional Value for Lot 10: £231,660 Where a supplier is not registered on Constructionline or, is registered on Constructionline but cannot meet the Relevant Work Category' and Minimum Notation Category Value with verified status requirements, they must complete and meet the requirements of the relevant sections of the contracting authority's PSQ1A document which will be made available with the associated tender documents. CENTRAL DIGITAL PLATFORM - SUPPLIER INFORMATION You must be registered on the central digital platform (CDP), submit your up-to-date core supplier information to that platform, and give that up-to-date core supplier information to the contracting authority by means completing the relevant section in the Qualification Envelope on eTendersNI. For each associated person you intend to rely upon, you must confirm they are registered on the CDP, provide their share code and also attach the up to date supplier information of each associated person (and sub contractor if they are registered on the CDP [corrected from Planned Procurement Notice which did not state if they are registered on the CDP]) via zip file along with your tender. If you are intending to use subcontractors, you must: - provide a list of all suppliers who you intend to sub-contract the performance of all or part of the contract to (either directly or in your wider supply chain) - provide their unique identifier (if they are registered on the CDP), or otherwise, a Companies House number charity number, VAT registration number, or equivalent - provide a brief description of their intended role in the performance of the contract DEBARMENT You must declare if you and any associated person(s) or subcontractors you may be relying on are on the debarment list. HEALTH, SAFETY AND ENVIRONMENTAL Suppliers must hold the following: - Buildsafe: 3rd party certification of your documented health and safety management system which complies with the requirements of section 3.3 of Annex A in the Construction Toolkit. -3rd party certification of my documented Environmental Management System (EMS) that meets the requirements of section 2.1.1 of Annex B in the Construction Toolkit. Suppliers should hold: - a valid health and safety competence assessment certificate issued by an organisation that is a scheme member of the SSIP Forum (meeting the requirements of section 3.3.2 of Annex A in the Construction Toolkit) or pass the evidence based health and safety questions set out in the PSQ1B which will be made available with the associated tender documents [corrected from Planned Procurement Notice which did not include this requirement.]. https://www.finance-ni.gov.uk/sites/default/files/publications/dfp/Construction Toolkit [pdf version 11 01 24] (1).PDF copy paste the above link into your browser [corrected from Planned Procurement Notice which did not state this]. INSURANCE Suppliers must have, or be capable of acquiring the following insurance requirements to the following minimum levels by the start date: - Public Liability Insurance: £10,000,000 per incident - Employers Liability Insurance: £10,000,000 per incident - Contractors All Risk Insurance: £60,000 per contract - Professional Indemnity Insurance: £1,000,000 TECHNICAL ABILITY This will be set out in the PSQ1 which will be made available with the associated tender documents. - 2 examples of previous relevant experience. BOTH example contracts must: - must have a minimum term of 12 months and be completed within 7 years of the Tender Submission Deadline, - or they can be operational within 7 years of the Tender Submission Deadline and have completed at least 12 months of its term. - Have an annual value of £96,000 for the Periodic Electrical Inspection & Testing and remedial repairs element [corrected from Planned Procurement Notice which included the words 'to domestic properties']. - Demonstrate experience of undertaking periodic electrical inspection and testing of fixed wire installations and remedial repairs showing that this was in conformance with BS 7671 (as amended) AT LEAST ONE example contract must: - Demonstrate this experience in domestic buildings (the other example may be in the context of domestic or non-domestic buildings). - Demonstrate this experience in occupied buildings.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ef6e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/067131-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
50000000 - Repair and maintenance services
50700000 - Repair and maintenance services of building installations
50710000 - Repair and maintenance services of electrical and mechanical building installations
50711000 - Repair and maintenance services of electrical building installations
51100000 - Installation services of electrical and mechanical equipment
51110000 - Installation services of electrical equipment
71314100 - Electrical services
71630000 - Technical inspection and testing services
71632000 - Technical testing services
Notice Value(s)
- Tender Value
- £29,861,326 £10M-£100M
- Lots Value
- £29,861,323 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Oct 20254 months ago
- Submission Deadline
- 22 Oct 2025Expired
- Future Notice Date
- 15 Aug 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2031 Over 5 years
- Recurrence
- 2032-09-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTHERN IRELAND HOUSING EXECUTIVE
- Contact Name
- Christopher Brown
- Contact Email
- cprocurement@nihe.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT2 8PB
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/067131-2025
21st October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/067111-2025
21st October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/058255-2025
19th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036544-2025
1st July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/035925-2025
27th June 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/010293-2025
20th March 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04ef6e-2025-10-21T14:23:02+01:00",
"date": "2025-10-21T14:23:02+01:00",
"ocid": "ocds-h6vhtk-04ef6e",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PTYV-8666-PQQY",
"name": "Northern Ireland Housing Executive",
"identifier": {
"scheme": "GB-PPON",
"id": "PTYV-8666-PQQY"
},
"address": {
"streetAddress": "2 Adelaide Street",
"locality": "Belfast",
"postalCode": "BT28 PB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"name": "Christopher Brown",
"email": "cprocurement@nihe.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nihe.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
},
{
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"id": "GB-NIR",
"description": "Northern Irish devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PTYV-8666-PQQY",
"name": "Northern Ireland Housing Executive"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Suppliers are invited to share their feedback in relation to the anticipated Financial Capacity and Technical Ability requirements set out below with the Contracting Authority by contacting cprocurement@nihe.gov.uk clearing marking your email as being in relation to 'P-0400 Conditions of Participation', before CoB 25th July 2025 The Planned Procurement Notice published on 27th June invited suppliers to feedback on the Conditions of Participation. This notice formalises this market engagement and elaborates on the anticipated Conditions of Participation. The following conditions of participation are indictive only and subject to change without notice. FINANCIAL CAPACITY The Contracting Authority intends to use Constructionline, an independently operated database, to assess the financial standing of Suppliers tendering for works and services contracts. Suppliers should have a verified Notation Value at least equal to the estimated annual value of the lot for which they are tendering, in any one of the following Constructionline Relevant Work Categories if tendering for this lot: - Testing Of Electrical Installations - Electrical Services - Electrical Installation and Maintenance/Services - Electrical Installation & Maintenance/Services Notional Verified Values of their Relevant Work Category: - Notional Value for Lot 1: PS346,500 - Notional Value for Lot 2: PS459,030 - Notional Value for Lot 3: PS368,940 - Notional Value for Lot 4: PS175,230 - Notional Value for Lot 5: PS185,460 - Notional Value for Lot 6: PS387,750 - Notional Value for Lot 7: PS419,430 - Notional Value for Lot 8: PS122,760 - Notional Value for Lot 9: PS96,030 - Notional Value for Lot 10: PS231,660 Where a supplier is not registered on Constructionline or, is registered on Constructionline but cannot meet the Relevant Work Category' and Minimum Notation Category Value with verified status requirements, they must complete and meet the requirements of the relevant sections of the contracting authority's PSQ1A document which will be made available with the associated tender documents. CENTRAL DIGITAL PLATFORM - SUPPLIER INFORMATION You must be registered on the central digital platform (CDP), submit your up-to-date core supplier information to that platform, and give that up-to-date core supplier information to the contracting authority by means completing the relevant section in the Qualification Envelope on eTendersNI. For each associated person you intend to rely upon, you must confirm they are registered on the CDP, provide their share code and also attach the up to date supplier information of each associated person (and sub contractor if they are registered on the CDP [corrected from Planned Procurement Notice which did not state if they are registered on the CDP]) via zip file along with your tender. If you are intending to use subcontractors, you must: - provide a list of all suppliers who you intend to sub-contract the performance of all or part of the contract to (either directly or in your wider supply chain) - provide their unique identifier (if they are registered on the CDP), or otherwise, a Companies House number charity number, VAT registration number, or equivalent - provide a brief description of their intended role in the performance of the contract DEBARMENT You must declare if you and any associated person(s) or subcontractors you may be relying on are on the debarment list. HEALTH, SAFETY AND ENVIRONMENTAL Suppliers must hold the following: - Buildsafe: 3rd party certification of your documented health and safety management system which complies with the requirements of section 3.3 of Annex A in the Construction Toolkit. -3rd party certification of my documented Environmental Management System (EMS) that meets the requirements of section 2.1.1 of Annex B in the Construction Toolkit. Suppliers should hold: - a valid health and safety competence assessment certificate issued by an organisation that is a scheme member of the SSIP Forum (meeting the requirements of section 3.3.2 of Annex A in the Construction Toolkit) or pass the evidence based health and safety questions set out in the PSQ1B which will be made available with the associated tender documents [corrected from Planned Procurement Notice which did not include this requirement.]. https://www.finance-ni.gov.uk/sites/default/files/publications/dfp/Construction Toolkit [pdf version 11 01 24] (1).PDF copy paste the above link into your browser [corrected from Planned Procurement Notice which did not state this]. INSURANCE Suppliers must have, or be capable of acquiring the following insurance requirements to the following minimum levels by the start date: - Public Liability Insurance: PS10,000,000 per incident - Employers Liability Insurance: PS10,000,000 per incident - Contractors All Risk Insurance: PS60,000 per contract - Professional Indemnity Insurance: PS1,000,000 TECHNICAL ABILITY This will be set out in the PSQ1 which will be made available with the associated tender documents. - 2 examples of previous relevant experience. BOTH example contracts must: - must have a minimum term of 12 months and be completed within 7 years of the Tender Submission Deadline, - or they can be operational within 7 years of the Tender Submission Deadline and have completed at least 12 months of its term. - Have an annual value of PS96,000 for the Periodic Electrical Inspection & Testing and remedial repairs element [corrected from Planned Procurement Notice which included the words 'to domestic properties']. - Demonstrate experience of undertaking periodic electrical inspection and testing of fixed wire installations and remedial repairs showing that this was in conformance with BS 7671 (as amended) AT LEAST ONE example contract must: - Demonstrate this experience in domestic buildings (the other example may be in the context of domestic or non-domestic buildings). - Demonstrate this experience in occupied buildings.",
"dueDate": "2025-07-25T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "010293-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010293-2025",
"datePublished": "2025-03-20T08:47:50Z",
"format": "text/html"
},
{
"id": "035925-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/035925-2025",
"datePublished": "2025-06-27T17:29:34+01:00",
"format": "text/html"
},
{
"id": "036544-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036544-2025",
"datePublished": "2025-07-01T16:49:52+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "P-0400",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Periodic Electrical Inspection and Testing to Domestic Properties",
"description": "In accordance with the Procurement Policy Note 01/21 - Social Value in Procurement, this Contract will deliver measurable social value outcomes. Under this Procurement the Suppliers will be required to support the Contracting Authority's social value objectives. Accordingly, Contract performance conditions and/or Award Criteria may relate to social value. The works to be provided under this contract will consist of Electrical Inspection and Testing of the 'fixed' electrical parts of electrical installations within NIHE's Domestic properties, to be checked (periodically inspected and tested) by a qualified and competent person within a 5-year planned cycle. The electrical installations must meet the required standards, as per BS7671, the Requirements for Electrical Installations, set out within the IET Wiring Regulations 18th Edition, as amended and current at the time works. The Contractors will record any non-compliances with BS7671, as amended and use observation classification codes, C1, C2, C3 and FI to indicate where remedial work and/or further investigation must be undertaken. If observations are made with the electrical installation, requiring classification codes C1, C2 and FI, then remedial work will be required, these remedial works should be undertaken by the Contractor during the completion of the inspection and testing. Upon completion of the remedial works relating to observations classified as C1, C2 and FI, the Contractor must issue a fully completed Electrical Installation Condition Report with a Satisfactory overall assessment of the installation in terms of its suitability for continued use. The Electrical Installation Condition Report is to be completed utilisng electrical certification computer software, that has the capability to produce and provide electronic copies of electrical installation and inspection and testing certificates, EICRs, fully compliant with the requirements of the Model Forms for Certification and Reporting contained within the IET Wiring Regulations, BS 7671, as amended and current at the time of the works. This description is not exhaustive, refer to the Associated Tender Documents for full details regarding the scope.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "9"
},
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "10"
}
],
"value": {
"amountGross": 35833592.12,
"amount": 29861326.76,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"additionalProcurementCategories": [
"services"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"status": "active",
"title": "South And East Belfast Area",
"description": "Lot 1 South And East Belfast Area - Full details for are contained in the associated tender documents.",
"value": {
"amountGross": 5799424.05,
"amount": 4832853.38,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
},
{
"id": "2",
"title": "South Antrim Area",
"description": "Lot 2 South Antrim Area - Full details are contained in the associated tender documents.",
"status": "active",
"value": {
"amountGross": 4547416.19,
"amount": 3789513.49,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
},
{
"id": "3",
"title": "North Down and Ards Area",
"description": "Lot 3 North Down and Ards Area - Full details are contained in the associated tender documents.",
"status": "active",
"value": {
"amountGross": 4087047.74,
"amount": 3405873.12,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
},
{
"id": "4",
"title": "South Area (Non HED)",
"description": "Lot 4 South Area (Non HED) - Full details are contained in the associated tender documents.",
"status": "active",
"value": {
"amountGross": 3829303.01,
"amount": 3191085.84,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
},
{
"id": "5",
"title": "Mid And East Antrim Area",
"description": "Lot 5 Mid And East Antrim Area - Full details are contained in the associated tender documents.",
"status": "active",
"value": {
"amountGross": 3462254.06,
"amount": 2885211.71,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
},
{
"id": "6",
"title": "Lisburn And Castlereagh Area",
"description": "Lot 6 Lisburn And Castlereagh Area - Full details are contained in the associated tender documents.",
"status": "active",
"value": {
"amountGross": 3539682.86,
"amount": 2949735.71,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
},
{
"id": "7",
"title": "South Down Area",
"description": "Lot 7 South Down Area - Full details are contained in the associated tender documents.",
"status": "active",
"value": {
"amountGross": 3647701.27,
"amount": 3039751.06,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
},
{
"id": "8",
"title": "Mid Ulster Area",
"description": "Lot 8 Mid Ulster Area - Full details are contained in the associated tender documents.",
"status": "active",
"value": {
"amountGross": 2222785.48,
"amount": 1852321.23,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
},
{
"id": "9",
"title": "Causeway Area (Non HED)",
"description": "Lot 9 Causeway Area (Non HED) - Full details are contained in the associated tender documents.",
"status": "active",
"value": {
"amountGross": 2225992.99,
"amount": 1854994.16,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
},
{
"id": "10",
"title": "Southwest Area",
"description": "Lot 10 Southwest Area - Full details are contained in the associated tender documents.",
"status": "active",
"value": {
"amountGross": 2471984.47,
"amount": 2059987.06,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality Questions: 1. Social Value and Social Value Delivery Plan. 2. Completion of remedial repair works. 3. Quality Assurance and Reporting. 4. Resource Allocation. Refer to associated tender documents for more details.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details are contained in the associated tender documents."
},
{
"type": "technical",
"description": "Full details are contained in the associated tender documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2033-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Employer has the option, at its sole discretion, to extend the service period for a further two periods, up to 12 months or part thereof, up to a maximum of 7 (seven) years from the starting date, subject to the Procurement Act 2023 and there being no material change to the service."
},
"hasOptions": true,
"options": {
"description": "The Contract is non-exclusive, i.e. the Contracting Authority may procure the Service(s) / Works via other procurement routes throughout the term of this Contract, with no guarantee as to any volume whatsoever."
}
}
],
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://etendersni.gov.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-22T15:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-10-10T15:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-01-12T23:59:59+00:00"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 3
},
"communication": {
"futureNoticeDate": "2025-08-15T23:59:59+01:00"
},
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2032-09-01T23:59:59+01:00"
}
]
},
"riskDetails": "The Contracting Authority has identified the following known risks in relation to the delivery of the works: - Volume and/or mix of work and/or contract value may change as a result of providing additional / reduction of work on specific properties to those estimated at pre-tender stage. -Extent of work required in any lot contract pushes Lot Contract expenditure beyond the 15% contingency specified herein, thereby resulting in the need to increase the contract value specified in the relevant notice. -Risk of volume of work and contract being higher as a result of needing to back up and support service in a neighbouring Lot for any of the following reasons: >following a Major Incident/Emergency, >if there is no contractor Providing the Service in a Lot, >if the Client requires additional resources to address a failure in the performance of a contractor appointed to Provide the Service in another Lot, >if another contractor has not complied with an instruction, or >if a Contract Lot has not been awarded from the initial tender. Risk that an alternative contractor to the one appointed as the back up and support contractor will be required to provide back up and support due to the following reasons: >there is no back up and support contractor appointed either as a result of the lot not being awarded, or the lot being awarded to the same contractor. >the appointed back up and support contractor cannot provide the back up and support services due to issues with capacity. >Regulatory Changes in Electrical Standards. The introduction of new requirements under BS 7671 (IET Wiring Regulations), including Amendment 3:2024 and the anticipated Amendment 4:2026, will affect electrical installations. Updates such as Arc Fault Detection Devices, Surge Protection Devices, and revised RCBO standards may increase compliance costs. there will be updates throughout BS 7671, including changes to Chapter 65 concerning periodic inspection and testing, etc. >Impact of renewable technologies. The growing integration of renewable technologies (e.g., Solar PV, Energy Storage Systems, Heat Pumps which means additional electrical equipment and circuits, with requirements for further electrical inspection, testing and repairs expected). in Housing Executive properties may expand the scope and complexity of electrical installations. This may lead to increased demand for inspection, testing, and maintenance, contributing to higher service delivery costs. >Backlog in Periodic Inspection and Testing. Properties which have not been inspected and tested within the previous 5 years, may have the potential for an increase in the requirements for remedial works.",
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "058255-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/058255-2025",
"datePublished": "2025-09-19T16:48:25+01:00",
"format": "text/html"
},
{
"id": "067111-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/067111-2025",
"datePublished": "2025-10-21T13:55:04+01:00",
"format": "text/html"
},
{
"id": "067131-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/067131-2025",
"datePublished": "2025-10-21T14:23:02+01:00",
"format": "text/html"
}
],
"amendments": [
{
"id": "067111-2025",
"description": "Enquiry deadline for suppliers to ask clarification questions has been extended from 10/10/2025 to 30/10/2025. Tender submission deadline has extended from 22/10/2025 to 7/11/2025"
},
{
"id": "067131-2025",
"description": "Please note: Only the dates for the enquiry deadline and tender submission deadline have changed. The times remain as stated in the original notice. For the avoidance of doubt: Enquiry deadline for suppliers to ask clarification questions has been extended from 10/10/2025 at 15:00 to 30/10/2025 at 15:00. Tender submission deadline was extended from 22/10/2025 at 15:00 to 7/11/2025 at 15:00."
}
]
},
"language": "en"
}