Tenders

Electrical Testing and Associated Works

Open
Deadline
182 days left
August 31, 2026
Contract Details
Category
Other
Reference
009156-2026
Value
£46,200,000
Location
Outer London - East and North East, United Kingdom
Published
February 23, 2026
CPV Code
Project Timeline

Tender Published

February 02, 2026

Deadline for Questions

August 24, 2026

Submission Deadline

August 31, 2026

Contract Start Date

August 31, 2026

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£46,200,000
Duration
60 months
Location
Outer London - East and North East
Type
Other
66
Quality Score/100
Good

Original Tender Description

Procurement The Royal Borough of Greenwich wishes to procure two providers for undertaking the following works to council residential properties on a boroughwide basis. The successful supplier will be required to: EICR and Remedial works to communal areas and dwellings Electrical Call Out and Repairs Rewires and Sub Main Installations - Urgent and Emergency Works. Lightning Protection System testing Maintenance and Repairs Solar PV - Servicing, Testing and repairs MVHR - Servicing, Testing and repairs To note that contracts will be issued in geographical based "Lots" to two service providers, but that the Council retains the option to issue works to either provider in either area should the operational need arise. Therefore, RBG will have two successful suppliers. Please note: Only one lot may be won by a single tenderer. If one tenderer comes first in both, they will only be awarded a single lot. The process that will be followed is the competitive flexible procedure (2 stage). This will include a Request to Participate stage (Stage 1) where suppliers will be shortlisted from PSQ questions. This will be Pass/fail only. The second stage will be the invitation to submit final tender stage (Stage 2), where the Most Advantageous Tender will be evaluated and awarded for each Lot. At this stage, the list of requirements above is indicative only and contains the broad categorisation of requirements rather than particulars. Suppliers should assume that the requirements actually required will be broadly within the scope of the requirements listed above but this may also include extensions to related or ancillary services. The actual scope of the requirements may be narrower than that set out above. Additional Information The estimated value set out in this notice is an estimate only and is in no way guaranteed or final. For the purposes of this notice, the total contract value is expressed as being inclusive of VAT. The associated tender documents for this opportunity contain more specific information. The dates referred to in this notice are also estimates only. The Authority has not conducted market engagement for this opportunity; however, RBG will still have regard for Section 12 of the act, Procurement objectives. The Authority is using the Proactis Rego platform to carry out this procurement. To obtain further information, please record your interest on Proactis Rego at: https://supplierlive.proactisp2p.com/Account/Login.

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

23 requirements across 5 categories

Submission (6)
Mandatory (1)
Compliance (6)
Technical (9)
Financial (1)
SUBMISSION REQUIREMENTS6
--Tenderers must record their interest on the Proactis Rego platform at https://supplierlive.proactisp2p.com/Account/Login.
--Tenderers must submit responses to PSQ questions in Stage 1.
--Tenderers must submit a final tender in Stage 2 if shortlisted.
MANDATORY EXCLUSION GROUNDS1
--Tenderers must not be subject to any mandatory exclusion grounds as defined by relevant public procurement regulations (e.g., serious criminal offenses, bankruptcy, unpaid taxes).
ELIGIBILITY REQUIREMENTS6
--Tenderers must be able to provide comprehensive electrical works, including EICR and remedial works, electrical call-out and repairs, rewires and sub-main installations (urgent and emergency works), lightning protection system testing, maintenance and repairs, Solar PV servicing, testing and repairs, and MVHR servicing, testing and repairs.
--Tenderers must be capable of operating on a borough-wide basis within the Royal Borough of Greenwich.
--Tenderers must be able to provide services for council residential properties.
TECHNICAL CAPABILITY REQUIREMENTS9
--Tenderers must demonstrate technical capability to perform EICR and remedial works to communal areas and dwellings.
--Tenderers must demonstrate technical capability to perform electrical call-out and repairs, rewires, and sub-main installations, including urgent and emergency works.
--Tenderers must demonstrate technical capability for lightning protection system testing, maintenance, and repairs.
FINANCIAL REQUIREMENTS1
--Tenderers must demonstrate sufficient financial standing and economic capacity to undertake a contract of an estimated value of £38.5M (or 46.2M EUR) over 60 months.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

OCDS RecordDOC
009156-2026_ocds_record.json

This document is an OCDS record detailing a restricted, two-stage procurement by the Royal Borough of Greenwich for electrical works on residential properties, including EICR, repairs, rewires, lightning protection, solar PV, and MVHR services, with contracts awarded in geographical lots.

OCDS Release PackageDOC
009156-2026_ocds_release.json

The Royal Borough of Greenwich seeks two providers for comprehensive electrical works, including EICR, repairs, rewires, lightning protection, solar PV, and MVHR services, across its residential properties, awarded in geographical lots through a two-stage competitive process.

Official PDF VersionPDF
009156-2026_official.pdf

The Royal Borough of Greenwich seeks two providers for electrical testing, repairs, rewires, lightning protection, solar PV, and MVHR services for council residential properties, awarded in geographical lots via a two-stage competitive procedure with an estimated value of £38.5M.

Tender NoticeHTM
009156-2026.html

The Royal Borough of Greenwich seeks two providers for electrical testing, remedial works, call-outs, rewires, lightning protection, Solar PV, and MVHR services for council residential properties, to be awarded in two geographical lots via a 2-stage restricted procedure.

Documents Preview

Sign up to view document summaries and analysis

66
Good

Tender Quality Score

This tender for electrical works is generally well-structured with a clear scope and a two-stage competitive process. However, its quality is significantly hampered by the absence of specific evaluation criteria and the declaration that detailed requirements are 'indicative only,' impacting clarity, completeness, and fairness.

Score Breakdown

Legal Compliance75/100

The tender clearly defines the procedure type and CPV codes, and there are no reported disputes. The reference to 'Section 12 of the act, Procurement objectives' indicates an awareness of current UK procurement legislation. The overall timeline for a two-stage process appears reasonable.

Missing specific codes for 'Restricted' and 'Competitive flexible procedure'
'Liable Person' field is empty
Clarity60/100

The general scope of works and the two-stage process are clearly described. However, the explicit statement that requirements are 'indicative only' and the complete absence of specific evaluation criteria beyond 'Most Advantageous Tender' introduce significant ambiguity for bidders.

Requirements are stated as 'indicative only,' lacking definitive particulars
No specific evaluation criteria are provided
Completeness65/100

Basic information, estimated value, duration, and platform URL are provided. Documents are listed. However, the tender is incomplete regarding the definitive scope of requirements and, critically, the evaluation criteria.

Missing specific evaluation criteria
Detailed requirements are 'indicative only,' meaning the full, definitive scope is not present in this notice
Fairness60/100

The tender promotes fairness through its division into geographical lots, limiting a single tenderer to one lot, and using an e-procurement platform. However, the lack of specific evaluation criteria and the 'indicative only' nature of requirements create an uneven playing field, as bidders cannot fully understand the basis of competition or how their proposals will be assessed.

No specific evaluation criteria provided, hindering transparency and objective preparation
Requirements are 'indicative only,' leading to uncertainty
Practicality80/100

The tender supports electronic submission via a specified platform and provides a clear URL. Key dates (submission, contract start, duration) are stated, even if the contract start date is identical to the submission deadline, which is unusual but stated.

Contract start date is identical to the submission deadline, which is unusual but stated
Data Consistency70/100

Most key fields are populated, and there are no reported disputes or suspensions. The estimated value and duration are consistent. However, some codes are missing, and the 'estimated dates only' statement slightly conflicts with the fixed dates provided.

Missing codes for 'Type' and 'Procedure'
'Liable Person' field is empty
Sustainability30/100

The tender notice lacks any explicit mention of green procurement, social clauses, or innovation focus. While it references 'Section 12 of the act, Procurement objectives' (which can include public benefit), it does not translate this into concrete sustainability requirements for suppliers.

No explicit green procurement criteria
No explicit social criteria

Strengths

Clear definition of the scope of works and two-stage competitive procedure
Use of e-procurement platform (Proactis Rego) for submission and information
Value disclosed and contract duration clearly specified
Division into geographical lots with a 'one lot per tenderer' rule promotes competition
CPV code and NUTS code are appropriately assigned

Concerns

Absence of specific evaluation criteria for the Most Advantageous Tender (MAT)
Requirements are explicitly stated as 'indicative only,' creating uncertainty for bidders
Missing definitive particulars for the scope of works
Lack of explicit green, social, or innovation procurement criteria
Minor data gaps (e.g., missing procedure codes, empty liable person field)

Recommendations

1. Publish detailed and definitive evaluation criteria, including weightings for price and quality, to ensure transparency and fairness.
2. Provide a more definitive scope of requirements in the full tender documents, moving beyond 'indicative only' statements.
3. Integrate explicit sustainability (environmental, social, innovation) criteria into the tender to align with modern public procurement objectives.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Add to Pipeline