Tender

Electrical Safety Framework - 469-NYC-RS

  • The North Yorkshire Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-053103

Procurement identifier (OCID): ocds-h6vhtk-058d70 (view related notices)

Published 2 September 2025, 12:00pm



Scope

Reference

102024

Description

The works under this framework will cover both commercial and domestic properties comprise the co-ordination, management, administration, and completion of works for Electrical Inspection, Testing, Responsive Maintenance, Repairs and Remedial works. The purpose is to ensure all activities carried out under this agreement comply with health and safety standards and are properly maintained.

Commercial tool

Establishes a framework

Total value (estimated)

  • £10,833,333.33 excluding VAT
  • £13,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 December 2025 to 30 November 2029
  • 4 years

Main procurement category

Services

CPV classifications

  • 71314100 - Electrical services
  • 31200000 - Electricity distribution and control apparatus
  • 31681300 - Electrical circuits
  • 45311100 - Electrical wiring work
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

Contract locations

  • UKE2 - North Yorkshire

Lot constraints

Maximum number of lots a supplier can bid for: 2

Maximum number of lots a supplier can be awarded: 2


Lot 1. Lot 1 - Property (Commercial)

Description

The works under this contract comprise the co-ordination, management, administration, and completion of works for Inspection, Testing, Responsive Maintenance, Repairs and Remedial works on Fixed Electrical Equipment and High Voltage testing to ensure that all under this agreement meet health & safety requirements and are maintained appropriately.

Lot value (estimated)

  • £4,362,556.63 excluding VAT
  • £5,625,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Lot 2 - Housing North (Domestic)

Description

The Authority has Operational Teams who are responsible for carrying out the day-to-day maintenance, Improvement works, minor adaptation works, planned works, void works and new build development of the housing assets. However, we require backup sub-contractors to ensure repairs are carried out within the Testing, remedials, voids, full rewire standard Timescales for all housing and complex sites. This Lot will cover the North of the County as shown in Lot 2 - Appendix 3 - North Area List.

Lot value (estimated)

  • £1,875,000 excluding VAT
  • £2,250,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Lot 3 - Housing South (Domestic)

Description

The Authority has Operational Teams who are responsible for carrying out the day-to-day maintenance, Improvement works, minor adaptation works, planned works, void works and new build development of the housing assets. However, we require backup sub-contractors to ensure repairs are carried out within the Testing, remedials, voids, full rewire standard Timescales for all housing and complex sites. This Lot will cover the South of the County as shown in Lot 3 - Appendix 4 - South Area List.

Lot value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

The Framework will be broken down into 3 Lots. • Lot 1 - Property (Commercial) • Lot 2 - Housing North (Domestic) • Lot 3 - Housing South (Domestic) A maximum of two suppliers shall be appointed to each Lot. There will be a first ranked and second ranked supplier for each Lot. Services and works will be awarded to the first ranked supplier for the respective Lot. Where the first ranked supplier does not have the capacity to undertake the work, the Authority will approach the second ranked supplier. Suppliers may bid for one Lot, or a combination of Lots 1 and 2, or Lots 1 and 3. A supplier cannot bid for both Lot 2 and 3. Prices will be determined based on a basket of goods. There is no guarantee of th level of spend across the contract term.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Lot 1 - Property (Commercial)

Lot 2. Lot 2 - Housing North (Domestic)

Lot 3. Lot 3 - Housing South (Domestic)

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

24 September 2025, 5:00pm

Tender submission deadline

1 October 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

14 November 2025


Award criteria

Lot 1. Lot 1 - Property (Commercial)

This table contains award criteria for this lot
Name Type Weighting
Price Price 40%
Contract Management Quality 18%
Labour and Supply Chain Management Quality 13%
Health and Safety Quality 12%
Customer Service Quality 10%
Continuous Improvement/Innovation Quality 7%

Lot 2. Lot 2 - Housing North (Domestic)

Lot 3. Lot 3 - Housing South (Domestic)

This table contains award criteria for this lot
Name Type Weighting
Price Price 40%
Contract Management Quality 18%
Labour and Supply Chain Management Quality 13%
Health and Safety Quality 12%
Customer Service Quality 10%
Social Value Quality 7%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

The North Yorkshire Council

  • Public Procurement Organisation Number: PNXY-8263-XCNL

County Hall, Racecourse Lane,

Northallerton

DL7 8AD

United Kingdom

Telephone: +44 1609533450

Email: Procurement@northyorks.gov.uk

Website: https://www.northyorks.gov.uk

Region: UKE22 - North Yorkshire CC

Organisation type: Public authority - sub-central government