Tender

FA08-24 - Domestic Heating & Electrical Compliance

NORTHUMBRIAN WATER LIMITED

This public procurement record has 1 release in its history.

Tender

10 Mar 2026 at 15:20

Summary of the contracting process

Northumbrian Water Limited is inviting tenders for two active service contracts focusing on domestic heating and electrical compliance, with a gross budget of £438,000. The procurement falls under private utility services, targeting the UKC region in the United Kingdom. The tender process is at the procurement stage, providing opportunities for suppliers to submit expressions of interest by 7th April 2026 and complete initial participation by 14th April 2026. The competitive procedure begins with an invitation to participate, followed by assessment to shortlist suppliers for lot-specific contracts starting 1st September 2026 and potentially extending until 2031. The procurement is classified under competitive flexible methods, requiring submissions through the Ariba portal.

This tender opens several opportunities for businesses specialising in heating systems, electrical installation, and compliance testing. Ideal contenders will be those with capabilities in servicing, installing, and maintaining heating and electrical systems, offering remedial work, and addressing emergency and reactive repairs. The procurement procedure seeks SMEs that can fulfil both domestic heating and electrical compliance requirements, making it an excellent growth opportunity for firms looking to expand in the utilities service sector. The structured competitive process aims to involve suppliers with expertise and quality services, with key criteria weighted towards price and quality, ensuring both affordability and high standards within the service delivery.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

FA08-24 - Domestic Heating & Electrical Compliance

Notice Description

Lot 1 - Domestic Heating, Fuel & Fire Safety Compliance The Contractor appointed under Lot 1 shall provide the following services: Annual Servicing & Certification 1. LPG / Gas Central Heating Systems * Annual servicing and safety inspection * Combustion analysis and operational testing * Issue of Gas Safety Record / CP12 certificate 2. Oil-Fired Central Heating Systems * Annual service and safety inspection * Burner, controls and flue inspection * Visual inspection of oil storage tanks and supply lines * Issue of annual safety certificate 3. Multi-Fuel Stoves & Solid Fuel Appliances * Annual service of appliance * Cleaning of combustion chamber * Flue and chimney sweeping * Smoke evacuation and draw testing * Carbon monoxide alarm testing * Issue of annual safety certificate 4. Fireplaces, Flues and Stoves * Inspection and testing for compliance * Certification of flues and liners where applicable B. New Installations & Replacement Works 5. Installation of new or replacement: * LPG / Gas central heating systems * Oil-fired central heating systems * Multi-fuel stoves and solid fuel appliances * Fireplaces, flues and chimney liners All installations must be fully commissioned, tested, and certified in accordance with current regulations. C. Reactive & Emergency Works 6. Emergency attendance and repairs including: * System failures * Suspected unsafe appliances * Loss of heating or hot water * Carbon monoxide incidents Lot 2 - Electrical Compliance The Contractor appointed under Lot 2 shall provide the following services: A. Electrical Safety * Electrical Installation Condition Reports (EICRs) * Periodic inspection and testing of domestic electrical installations * Reporting in line with BS 7671 * Identification of C1, C2 and FI observations * Remedial Electrical Works * Carrying out corrective works arising from EICRs * Certification following completion (EIC / Minor Works Certificate * Additional Electrical Compliance Checks (where applicable): * Consumer unit inspections * Earthing and bonding verification * Testing of fixed electrical equipment As above, for reactive works a 24/7/365 service is required.

Lot Information

Domestic Heating

Domestic Heating, Fuel & Fire Safety Compliance The Contractor appointed under Lot 1 shall provide the following services: A. Annual Servicing & Certification 1. LPG / Gas Central Heating Systems * Annual servicing and safety inspection * Combustion analysis and operational testing * Issue of Gas Safety Record / CP12 certificate 2. Oil-Fired Central Heating Systems * Annual service and safety inspection * Burner, controls and flue inspection * Visual inspection of oil storage tanks and supply lines * Issue of annual safety certificate 3. Multi-Fuel Stoves & Solid Fuel Appliances * Annual service of appliance * Cleaning of combustion chamber * Flue and chimney sweeping * Smoke evacuation and draw testing * Carbon monoxide alarm testing * Issue of annual safety certificate 4. Fireplaces, Flues and Stoves * Inspection and testing for compliance * Certification of flues and liners where applicable B. New Installations & Replacement Works Installation of new or replacement: * LPG / Gas central heating systems * Oil-fired central heating systems * Multi-fuel stoves and solid fuel appliances * Fireplaces, flues and chimney liners All installations must be fully commissioned, tested, and certified in accordance with current regulations. C. Reactive & Emergency Works 6. Emergency attendance and repairs including: * System failures * Suspected unsafe appliances * Loss of heating or hot water * Carbon monoxide incidents

Options: The right to additional purchases while the contract is valid.

Renewal: Initial term 3 years with an option to extend for a further 2 years (maximum contract length 5 years in total).

Electrical Compliance

A. Electrical Safety * Electrical Installation Condition Reports (EICRs) * Periodic inspection and testing of domestic electrical installations * Reporting in line with BS 7671 * Identification of C1, C2 and FI observations * Remedial Electrical Works * Carrying out corrective works arising from EICRs * Certification following completion (EIC / Minor Works Certificate) * Additional Electrical Compliance Checks (where applicable): * Consumer unit inspections * Earthing and bonding verification * Testing of fixed electrical equipment For reactive works a 24/7/365 service is required.

Options: The right to additional purchases while the contract is valid.

Renewal: Initial term 3 years with an option to extend for a further 2 years (maximum contract length 5 years in total).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066685
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/021419-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

45232141 - Heating works

50531200 - Gas appliance maintenance services

50711000 - Repair and maintenance services of electrical building installations

50720000 - Repair and maintenance services of central heating

71314100 - Electrical services

71632000 - Technical testing services

Notice Value(s)

Tender Value
£365,000 £100K-£500K
Lots Value
£365,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Mar 20264 days ago
Submission Deadline
7 Apr 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2029 3-4 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTHUMBRIAN WATER LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PITY ME
Postcode
DH1 5FJ
Post Town
Durham
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC4 Northumberland, Durham and Tyne & Wear
Small Region (ITL 3)
TLC41 Durham
Delivery Location
TLC North East (England)

Local Authority
County Durham
Electoral Ward
Framwellgate and Newton Hall
Westminster Constituency
City of Durham

Further Information

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-066685-2026-03-10T15:20:16Z",
    "date": "2026-03-10T15:20:16Z",
    "ocid": "ocds-h6vhtk-066685",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-02366703",
            "name": "NORTHUMBRIAN WATER LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02366703"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRLG-5541-VHHG"
                }
            ],
            "address": {
                "streetAddress": "Northumbria House",
                "locality": "Pity Me",
                "postalCode": "DH1 5FJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKC14"
            },
            "contactPoint": {
                "name": "Brooke Hill",
                "email": "brooke.hill@nwl.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366703",
        "name": "NORTHUMBRIAN WATER LIMITED"
    },
    "tender": {
        "id": "FA08-24",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "FA08-24 - Domestic Heating & Electrical Compliance",
        "description": "Lot 1 - Domestic Heating, Fuel & Fire Safety Compliance The Contractor appointed under Lot 1 shall provide the following services: Annual Servicing & Certification 1. LPG / Gas Central Heating Systems * Annual servicing and safety inspection * Combustion analysis and operational testing * Issue of Gas Safety Record / CP12 certificate 2. Oil-Fired Central Heating Systems * Annual service and safety inspection * Burner, controls and flue inspection * Visual inspection of oil storage tanks and supply lines * Issue of annual safety certificate 3. Multi-Fuel Stoves & Solid Fuel Appliances * Annual service of appliance * Cleaning of combustion chamber * Flue and chimney sweeping * Smoke evacuation and draw testing * Carbon monoxide alarm testing * Issue of annual safety certificate 4. Fireplaces, Flues and Stoves * Inspection and testing for compliance * Certification of flues and liners where applicable B. New Installations & Replacement Works 5. Installation of new or replacement: * LPG / Gas central heating systems * Oil-fired central heating systems * Multi-fuel stoves and solid fuel appliances * Fireplaces, flues and chimney liners All installations must be fully commissioned, tested, and certified in accordance with current regulations. C. Reactive & Emergency Works 6. Emergency attendance and repairs including: * System failures * Suspected unsafe appliances * Loss of heating or hot water * Carbon monoxide incidents Lot 2 - Electrical Compliance The Contractor appointed under Lot 2 shall provide the following services: A. Electrical Safety * Electrical Installation Condition Reports (EICRs) * Periodic inspection and testing of domestic electrical installations * Reporting in line with BS 7671 * Identification of C1, C2 and FI observations * Remedial Electrical Works * Carrying out corrective works arising from EICRs * Certification following completion (EIC / Minor Works Certificate * Additional Electrical Compliance Checks (where applicable): * Consumer unit inspections * Earthing and bonding verification * Testing of fixed electrical equipment As above, for reactive works a 24/7/365 service is required.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232141",
                        "description": "Heating works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50531200",
                        "description": "Gas appliance maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50720000",
                        "description": "Repair and maintenance services of central heating"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314100",
                        "description": "Electrical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71632000",
                        "description": "Technical testing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 438000,
            "amount": 365000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Stage 1: Invitation to Participate & Conditions of Participation This stage begins with the issuing of a Tender Notice. Suppliers who have expressed interest will be invited to complete a Conditions of Participation questionnaire and submit their tenders. The assessment of these responses will identify the top 5 number of suppliers to be invited to participate in Stage 2. Stage 2: Invitation to Submit Initial Tenders Suppliers who were shortlisted at Stage 1 will be invited to Stage 2 to submit their tenders. All tenders must be submitted in line with the Procurement Timetable and instructions contained in this document and any supplementary information provided. After the tender deadline, NWL will assess all submissions using the process and award criteria outlined in the Tender Notice and this document. Stage 3: Invitation to submit a Best and Final Offer (BAFO) Stage 3 will commence with the issuing of a notification requesting bidders to submit their Best and Final Offers. Best and Final offers must be submitted in accordance with the Procurement Timetable and instructions set out in this document and any additional information provided. NWL will also consider whether any supplier (or associated entities relied upon to meet participation conditions) is an excluded or excludable supplier under the Act. If a supplier is excludable solely due to an associated supplier or subcontractor, NWL will notify them and provide a reasonable opportunity to replace that entity. If NWL subsequently disregards a tender due to exclusion, or an associated entity is replaced, NWL will notify the Procurement Review Unit (PRU) within 30 days. NWL will identify the most advantageous tender(s) in line with the stated methodology and disregard any tender from suppliers not meeting the Conditions of Participation. This assessment will identify the supplier(s) successful in each Lot. Following this assessment, NWL will provide an assessment summary to all suppliers who submitted a tender including: * whether they have been awarded the contract, * an explanation of how their tender was assessed against the award criteria, and * information about the most advantageous tender where this differs from their own. A Contract Award Notice will then be published on the Central Digital Platform to commence the mandatory standstill period. Once the standstill period concludes, NWL will enter the preferred supplier stage with the selected supplier. Stage 3: Preferred Supplier Stage The highest scoring supplier(s) will be invited to engage with NWL to finalise the draft contract terms, within the limitations of the Act. This stage concludes with NWL entering into the contract with the preferred supplier."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4,
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "Pricing will be fixed as per the tender process, The selection process will be as per framework documents."
            }
        },
        "submissionMethodDetails": "Applicants are asked to note that this procurement process will be conduced electronically with all documents and communication being managed through the Northumbrian Water eSourcing Spend Management portal called 'Ariba' (https://s1.ariba.com). Expressions of interest from this notice must be sent to the e-mail address brooke.hill@nwl.co.uk before the deadline date of the 7th April 2026 at 12:00hrs. Once expression of interest has been received that contains the details below, applicants will be given access to the Ariba portal within 48 hours from request. This portal will contain all the tender documents associated with this procurement that are available at the time. An email link will also be provided to the email address you provide to access the portal. When sending expression of interest, applicants must provide the following information: 1) Full company name 2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, E mail address and telephone number. (The deadline for return of the completed PQQ/Conditions of Participation is the 14th April 2026 at 12noon).",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-04-07T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-04-07T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-08T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Domestic Heating",
                "description": "Domestic Heating, Fuel & Fire Safety Compliance The Contractor appointed under Lot 1 shall provide the following services: A. Annual Servicing & Certification 1. LPG / Gas Central Heating Systems * Annual servicing and safety inspection * Combustion analysis and operational testing * Issue of Gas Safety Record / CP12 certificate 2. Oil-Fired Central Heating Systems * Annual service and safety inspection * Burner, controls and flue inspection * Visual inspection of oil storage tanks and supply lines * Issue of annual safety certificate 3. Multi-Fuel Stoves & Solid Fuel Appliances * Annual service of appliance * Cleaning of combustion chamber * Flue and chimney sweeping * Smoke evacuation and draw testing * Carbon monoxide alarm testing * Issue of annual safety certificate 4. Fireplaces, Flues and Stoves * Inspection and testing for compliance * Certification of flues and liners where applicable B. New Installations & Replacement Works Installation of new or replacement: * LPG / Gas central heating systems * Oil-fired central heating systems * Multi-fuel stoves and solid fuel appliances * Fireplaces, flues and chimney liners All installations must be fully commissioned, tested, and certified in accordance with current regulations. C. Reactive & Emergency Works 6. Emergency attendance and repairs including: * System failures * Suspected unsafe appliances * Loss of heating or hot water * Carbon monoxide incidents",
                "status": "active",
                "value": {
                    "amountGross": 348000,
                    "amount": 290000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "The top 5 ranked suppliers will progress to the next stage.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial term 3 years with an option to extend for a further 2 years (maximum contract length 5 years in total)."
                },
                "hasOptions": true,
                "options": {
                    "description": "The right to additional purchases while the contract is valid."
                }
            },
            {
                "id": "2",
                "title": "Electrical Compliance",
                "description": "A. Electrical Safety * Electrical Installation Condition Reports (EICRs) * Periodic inspection and testing of domestic electrical installations * Reporting in line with BS 7671 * Identification of C1, C2 and FI observations * Remedial Electrical Works * Carrying out corrective works arising from EICRs * Certification following completion (EIC / Minor Works Certificate) * Additional Electrical Compliance Checks (where applicable): * Consumer unit inspections * Earthing and bonding verification * Testing of fixed electrical equipment For reactive works a 24/7/365 service is required.",
                "status": "active",
                "value": {
                    "amountGross": 90000,
                    "amount": 75000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "The top 5 ranked suppliers will progress to the tender stage.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial term 3 years with an option to extend for a further 2 years (maximum contract length 5 years in total)."
                },
                "hasOptions": true,
                "options": {
                    "description": "The right to additional purchases while the contract is valid."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://s1.ariba.com"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "url": "https://s1.ariba.com"
            },
            {
                "id": "021419-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/021419-2026",
                "datePublished": "2026-03-10T15:20:16Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "45 days."
        }
    },
    "language": "en"
}