Tender

Electrical Rewiring

TRENT AND DOVE HOUSING

This public procurement record has 2 releases in its history.

Tender

02 Feb 2026 at 16:21

Planning

24 Oct 2025 at 10:12

Summary of the contracting process

Trent and Dove Housing has initiated a public tender for an Electrical Rewiring programme across its housing stock, managed by GBS Procure Limited as the external procurement team. This contracting process is in the Tender stage, with a deadline for tender submissions set for 6th March 2026. The project primarily encompasses rewirings, safety upgrades, and electrical installations in both occupied and void residential properties in the United Kingdom, specifically within the UKF region. Interested parties must submit their tenders via the myTenders e-procurement portal, following an open procurement method, with a contract valued at up to £2,000,000, commencing on 1st August 2026 and spanning over three years with possible extensions.

This tender represents a significant opportunity for qualified and experienced electrical service providers, particularly those with a track record of compliance with BS 7671, the Electricity at Work Regulations 1989, and current health and safety standards. Businesses that hold accreditations such as NICEIC and have capacity for client communication, efficient workflow management, and compliance reporting are well-suited to compete. The open competition allows SMEs to partake, promoting equitable access to public sector contracts and fostering growth within the electrical services industry by ensuring sustainable, high-quality housing maintenance solutions.

How relevant is this notice?

Notice Information

Notice Title

Electrical Rewiring

Notice Description

Trent & Dove Housing is seeking to appoint a suitably qualified and experienced Service Provider to deliver an Electrical Rewiring programme across its housing stock. The scope of the Contract includes, but is not limited to: full and partial electrical rewires, consumer unit replacements, earthing and bonding upgrades, replacement and installation of electrical accessories, installation or upgrading of smoke, heat and carbon monoxide alarms where required, and all associated inspection, testing, certification and compliance activities. Works will be undertaken in both occupied and void residential properties and must be delivered in accordance with BS 7671 (current edition), the Electricity at Work Regulations 1989, CDM Regulations 2015, and all other applicable statutory and regulatory requirements. The Service Provider will be responsible for surveys, safe isolation, installation, making good, resident liaison, documentation and the submission of all certification and photographic evidence via the Contracting Authority's compliance management systems. The Contract will operate on a programme-based delivery model with no guaranteed volume of work. Properties will be released in batches in line with compliance priorities and available budgets. The Contract is anticipated to be awarded for an initial term of three (3) years, with the option to extend for up to a further two (2) years, subject to performance.

Lot Information

Lot 1

Options: The Contract includes options to extend the term and to instruct additional works within the overall scope of the Contract. The Contract will be awarded for an initial term of three (3) years. The Contracting Authority may, at its sole discretion, extend the Contract for up to a further two (2) years, which may be exercised as either a single two-year extension or as two separate one-year extensions. In addition, during the Contract term (including any extension period), the Contracting Authority may instruct additional electrical rewiring works within the scope defined in the Contract Documents, subject always to the maximum contract value stated in the tender notice. The exercise of any option is subject to satisfactory contractor performance, ongoing compliance with contractual and statutory requirements, and the continued operational and budgetary requirements of the Contracting Authority. The inclusion of options does not create any obligation to extend the Contract or to instruct any minimum volume or value of work.

Renewal: The Contract will be awarded for an initial term of three (3) years. The Contracting Authority reserves the right, at its sole discretion, to extend the Contract for up to a further two (2) years, which may be exercised as either a single two-year extension or as two separate one-year extensions. Any extension will be subject to satisfactory performance against the Contract Key Performance Indicators, continued compliance with contractual and statutory requirements, and the ongoing operational and budgetary requirements of the Contracting Authority. The extension option does not create any obligation on the Contracting Authority to extend the Contract, nor does it guarantee any minimum volume or value of work during the initial term or any extension period. Where an extension is exercised, the Contract shall continue on the same terms and conditions as the original Contract, including pricing, unless otherwise expressly permitted under the Contract and agreed in writing by the Contracting Authority.

Planning Information

Interested suppliers are invited to participate in this pre-market engagement exercise by reviewing and completing the Pre-Market Engagement (PME) Questionnaire provided with this notice. The purpose of this engagement is to gather supplier insight, innovation, and feedback to help Trent & Dove Housing shape the upcoming Electrical Rewiring procurement. This programme will cover the delivery of full and partial domestic rewiring works across occupied and void properties within Trent & Dove’s housing stock, including associated testing, certification, and making good. Suppliers should: Download and complete the PME Questionnaire attached to this notice. Submit their completed response by email to lewis.pavey@trentanddove.org, clearly marked “PME Response – Electrical Rewiring - ID693”. Ensure responses are submitted by the stated closing date. All information gathered will be used solely to inform the future procurement approach and specification. Participation in this exercise is for market research purposes only and does not constitute a formal tender or prequalification process. Trent & Dove Housing may use the feedback received to refine its technical requirements, performance management framework, and social value approach. Suppliers who engage in this PME will not be advantaged or disadvantaged in any future tender process.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05d32d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009142-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45310000 - Electrical installation work

71314100 - Electrical services

Notice Value(s)

Tender Value
£1,666,667 £1M-£10M
Lots Value
£1,666,667 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20261 weeks ago
Submission Deadline
6 Mar 20264 weeks to go
Future Notice Date
1 Feb 2026Expired
Award Date
Not specified
Contract Period
31 Jul 2026 - 31 Jul 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
TRENT AND DOVE HOUSING
Additional Buyers

GBS PROCURE LIMITED

Contact Name
Lewis Pavey
Contact Email
lewis.pavey@gbsprocure.com, lewis.pavey@trentanddove.org
Contact Phone
Not specified

Buyer Location

Locality
BURTON-ON-TRENT
Postcode
DE14 1BL
Post Town
Derby
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG1 Herefordshire, Worcestershire and Warwickshire
Small Region (ITL 3)
TLG13 Warwickshire CC
Delivery Location
TLF East Midlands (England)

Local Authority
Warwick
Electoral Ward
Kenilworth St John's
Westminster Constituency
Kenilworth and Southam

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-05d32d-2026-02-02T16:21:38Z",
    "date": "2026-02-02T16:21:38Z",
    "ocid": "ocds-h6vhtk-05d32d",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-IP030668",
            "name": "Trent and Dove Housing",
            "identifier": {
                "scheme": "GB-COH",
                "id": "IP030668"
            },
            "address": {
                "streetAddress": "Trinity Square",
                "locality": "Burton-on-Trent",
                "postalCode": "DE14 1BL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG24"
            },
            "contactPoint": {
                "name": "Lewis Pavey",
                "email": "lewis.pavey@trentanddove.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.trentanddove.org/",
                "classifications": [
                    {
                        "id": "publicUndertaking",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public undertaking"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-11744670",
            "name": "GBS Procure Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "11744670"
            },
            "address": {
                "streetAddress": "10 Blackthorn Road",
                "locality": "Kenilworth",
                "postalCode": "CV8 2DS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG13"
            },
            "contactPoint": {
                "name": "Lewis Pavey",
                "email": "lewis.pavey@gbsprocure.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "GBS Procure Limited act as the contracting authority's external procurement team, managing this procurement on their behalf, including preparation, tendering, moderating evaluation, and award in full compliance with applicable procurement regulations.",
            "details": {
                "url": "http://www.gbsprocure.com/."
            }
        },
        {
            "id": "GB-PPON-PHWV-4176-MRBJ",
            "name": "Trent and Dove Housing",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHWV-4176-MRBJ"
            },
            "address": {
                "streetAddress": "Trinity Square",
                "locality": "Burton-on-Trent",
                "postalCode": "DE14 1BL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG24"
            },
            "contactPoint": {
                "name": "Lewis Pavey",
                "email": "lewis.pavey@trentanddove.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.trentanddove.org/",
                "classifications": [
                    {
                        "id": "publicUndertaking",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public undertaking"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PYDX-8782-RLCZ",
            "name": "GBS Procure Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYDX-8782-RLCZ"
            },
            "address": {
                "streetAddress": "10 Blackthorn Road",
                "locality": "Kenilworth",
                "postalCode": "CV8 2DS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG13"
            },
            "contactPoint": {
                "name": "Lewis Pavey",
                "email": "lewis.pavey@gbsprocure.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "GBS Procure Limited act as the contracting authority's external procurement team, managing this procurement on their behalf, including preparation, tendering, moderating evaluation, and award in full compliance with applicable procurement regulations.",
            "details": {
                "url": "https://www.gbsprocure.com/."
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHWV-4176-MRBJ",
        "name": "Trent and Dove Housing"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Interested suppliers are invited to participate in this pre-market engagement exercise by reviewing and completing the Pre-Market Engagement (PME) Questionnaire provided with this notice. The purpose of this engagement is to gather supplier insight, innovation, and feedback to help Trent & Dove Housing shape the upcoming Electrical Rewiring procurement. This programme will cover the delivery of full and partial domestic rewiring works across occupied and void properties within Trent & Dove's housing stock, including associated testing, certification, and making good. Suppliers should: Download and complete the PME Questionnaire attached to this notice. Submit their completed response by email to lewis.pavey@trentanddove.org, clearly marked \"PME Response - Electrical Rewiring - ID693\". Ensure responses are submitted by the stated closing date. All information gathered will be used solely to inform the future procurement approach and specification. Participation in this exercise is for market research purposes only and does not constitute a formal tender or prequalification process. Trent & Dove Housing may use the feedback received to refine its technical requirements, performance management framework, and social value approach. Suppliers who engage in this PME will not be advantaged or disadvantaged in any future tender process.",
                "dueDate": "2025-11-07T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "068106-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/068106-2025",
                "datePublished": "2025-10-24T11:12:33+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ID693",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Electrical Rewiring",
        "description": "Trent & Dove Housing is seeking to appoint a suitably qualified and experienced Service Provider to deliver an Electrical Rewiring programme across its housing stock. The scope of the Contract includes, but is not limited to: full and partial electrical rewires, consumer unit replacements, earthing and bonding upgrades, replacement and installation of electrical accessories, installation or upgrading of smoke, heat and carbon monoxide alarms where required, and all associated inspection, testing, certification and compliance activities. Works will be undertaken in both occupied and void residential properties and must be delivered in accordance with BS 7671 (current edition), the Electricity at Work Regulations 1989, CDM Regulations 2015, and all other applicable statutory and regulatory requirements. The Service Provider will be responsible for surveys, safe isolation, installation, making good, resident liaison, documentation and the submission of all certification and photographic evidence via the Contracting Authority's compliance management systems. The Contract will operate on a programme-based delivery model with no guaranteed volume of work. Properties will be released in batches in line with compliance priorities and available budgets. The Contract is anticipated to be awarded for an initial term of three (3) years, with the option to extend for up to a further two (2) years, subject to performance.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314100",
                        "description": "Electrical services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 2000000,
            "amount": 1666667,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": false,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2029-07-31T23:59:59+01:00",
                    "maxExtentDate": "2031-07-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 2000000,
                    "amount": 1666667,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Tenders will be evaluated on the quality of the Supplier's proposed service delivery model and their ability to meet the Contracting Authority's technical, operational and compliance requirements. This will include, but not be limited to, approach to customer and resident communication, staffing structure and competence, delivery of rewiring works in occupied homes, health and safety and asbestos management arrangements, the Supplier's response to a scenario-based question and a supplier social value commitments. Quality will be assessed in accordance with the criteria and scoring methodology set out in the Invitation to Tender.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Tenders will be evaluated on the basis of the pricing submitted in the Pricing Matrix. Prices will be assessed for value for money, completeness and affordability in accordance with the pricing evaluation methodology set out in the Invitation to Tender. The Contracting Authority will not guarantee any minimum volume or value of work.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Participation is open to suitably qualified and experienced economic operators able to demonstrate the technical, professional and financial capacity to deliver the electrical rewiring works in accordance with the Contract Documents. Tenderers must demonstrate compliance with all applicable statutory and regulatory requirements, including but not limited to BS 7671 (current edition), the Electricity at Work Regulations 1989, CDM Regulations 2015, and relevant health and safety legislation. Tenderers must hold, or commit to holding prior to contract commencement, appropriate accreditations and registrations relevant to the delivery of electrical installation and certification works, including registration with a recognised electrical certification body (e.g. NICEIC or equivalent). Tenderers must demonstrate experience of delivering similar works in occupied residential properties, appropriate arrangements for resident liaison, and the ability to submit certification and compliance data in line with the Contracting Authority's systems and requirements. Minimum insurance, financial standing, staffing competence and performance requirements are set out in the Invitation to Tender and associated Contract Documents."
                        }
                    ]
                },
                "renewal": {
                    "description": "The Contract will be awarded for an initial term of three (3) years. The Contracting Authority reserves the right, at its sole discretion, to extend the Contract for up to a further two (2) years, which may be exercised as either a single two-year extension or as two separate one-year extensions. Any extension will be subject to satisfactory performance against the Contract Key Performance Indicators, continued compliance with contractual and statutory requirements, and the ongoing operational and budgetary requirements of the Contracting Authority. The extension option does not create any obligation on the Contracting Authority to extend the Contract, nor does it guarantee any minimum volume or value of work during the initial term or any extension period. Where an extension is exercised, the Contract shall continue on the same terms and conditions as the original Contract, including pricing, unless otherwise expressly permitted under the Contract and agreed in writing by the Contracting Authority."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Contract includes options to extend the term and to instruct additional works within the overall scope of the Contract. The Contract will be awarded for an initial term of three (3) years. The Contracting Authority may, at its sole discretion, extend the Contract for up to a further two (2) years, which may be exercised as either a single two-year extension or as two separate one-year extensions. In addition, during the Contract term (including any extension period), the Contracting Authority may instruct additional electrical rewiring works within the scope defined in the Contract Documents, subject always to the maximum contract value stated in the tender notice. The exercise of any option is subject to satisfactory contractor performance, ongoing compliance with contractual and statutory requirements, and the continued operational and budgetary requirements of the Contracting Authority. The inclusion of options does not create any obligation to extend the Contract or to instruct any minimum volume or value of work."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-01T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "submissionMethodDetails": "Tenders must be submitted electronically via the myTenders e-procurement portal at: https://www.mytenders.co.uk Suppliers must access the opportunity through the portal, accept the notice and submit their tender response using the online response functionality in accordance with the instructions set out in the Invitation to Tender. All tender submissions must be completed and submitted via the myTenders portal by the stated submission deadline. Tenders submitted by email, post or by any other means will not be accepted. Suppliers are responsible for ensuring that their submission is completed in full and submitted successfully before the deadline. Late submissions will not be considered.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2026-03-06T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-27T12:00:00+00:00"
        },
        "documents": [
            {
                "id": "009142-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/009142-2026",
                "datePublished": "2026-02-02T16:21:38Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}