Retour aux appels d'offres

Tests Électriques et Travaux Associés

Ouvert
Date limite
182 jours restants
Août 31, 2026
Détails du contrat
Catégorie
Autre
Référence
009436-2026
Valeur
£46,200,000
Lieu
Outer London - East and North East, Royaume-Uni
Publié
Février 23, 2026
Code CPV
Calendrier du projet

Publication de l'appel d'offres

Février 03, 2026

Date limite pour les questions

Août 24, 2026

Date limite de soumission

Août 31, 2026

Date de début du contrat

Août 31, 2026

Intelligence acheteurPRO
🔒
Débloquer l'intelligence acheteur
Consultez les modèles de dépenses, les procédures préférées et plus encore.
Passer au Professionnel →
Budget
£46,200,000
Durée
60 mois
Lieu
Outer London - East and North East
Type
Autre
64
Score de qualité/100
Bon

Description originale de l'appel d'offres

Le Royal Borough of Greenwich souhaite acquérir deux prestataires pour effectuer des tests électriques et des travaux associés dans les propriétés résidentielles de la municipalité à l'échelle du district. Cela comprend les EICR et les travaux correctifs, les interventions et réparations électriques, les remplacements de câblage et les installations de sous-conduits (travaux urgents et d'urgence), les tests des systèmes de protection contre la foudre, l'entretien, les tests et les réparations des systèmes solaires photovoltaïques (Solar PV), ainsi que l'entretien, les tests et les réparations des systèmes MVHR. Les contrats seront attribués par "lots" géographiques à deux prestataires, mais la Municipalité se réserve le droit de confier les travaux à l'un ou l'autre prestataire dans l'une ou l'autre zone. Un seul lot peut être remporté par un seul soumissionnaire. Le processus sera une procédure concurrentielle flexible (en 2 étapes), comprenant une étape de demande de participation (Étape 1) pour la présélection basée sur des questions PSQ (réussite/échec uniquement), et une étape d'invitation à soumettre l'offre finale (Étape 2), où l'offre la plus avantageuse sera évaluée et attribuée pour chaque lot. La liste des exigences est indicative et peut inclure des extensions de services connexes ou auxiliaires. La valeur estimée est une estimation et n'est pas garantie. L'Autorité n'a pas mené d'étude de marché mais tiendra compte de l'article 12 de la loi, les objectifs d'approvisionnement. L'Autorité utilise la plateforme Proactis Rego pour cette procédure d'approvisionnement. Pour obtenir plus d'informations, veuillez enregistrer votre intérêt sur Proactis Rego à l'adresse : https://supplierlive.proactisp2p.com/Account/Login.

Analyse des risques

Veuillez vous connecter pour utiliser l'analyse des risques.

Se connecter

Stratégie gagnante

Connectez-vous pour accéder aux recommandations de stratégie gagnante.

Se connecter

Concurrents

Passez à un plan supérieur pour voir quelles entreprises sont susceptibles de soumissionner pour cet appel d'offres, basé sur les données historiques.

Se connecter

Exigences et qualifications

23 exigences dans 5 catégories

Soumission (5)
Obligatoire (1)
Conformité (8)
Technique (8)
Financier (1)
SUBMISSION REQUIREMENTS5
--Submit a Request to Participate (RTP) in Stage 1.
--Complete and submit PSQ questions for shortlisting (Pass/fail evaluation).
--If shortlisted, submit a final tender in Stage 2.
MANDATORY EXCLUSION GROUNDS1
--Specific mandatory exclusion grounds are not detailed in the provided text but will be outlined in the PSQ (Pre-Qualification Questionnaire) or associated tender documents.
ELIGIBILITY REQUIREMENTS8
--Must be capable of providing EICR (Electrical Installation Condition Report) and Remedial works to communal areas and dwellings.
--Must be capable of providing Electrical Call Out and Repairs, Rewires, and Sub Main Installations, including Urgent and Emergency Works.
--Must be capable of providing Lightning Protection System testing, Maintenance, and Repairs.
TECHNICAL CAPABILITY REQUIREMENTS8
--Demonstrate capability to undertake EICR and Remedial works for communal areas and dwellings.
--Demonstrate capability for Electrical Call Out and Repairs, Rewires, and Sub Main Installations, including urgent and emergency works.
--Demonstrate capability for Lightning Protection System testing, Maintenance, and Repairs.
FINANCIAL REQUIREMENTS1
--Specific financial requirements (e.g., minimum turnover, insurance levels) are not detailed in the provided text but will be outlined in the PSQ or associated tender documents.

Aperçu des exigences

Inscrivez-vous pour consulter les exigences et l'analyse complètes

Documents

4 documents disponibles avec des résumés IA

OCDS RecordDOC
009436-2026_ocds_record.json

This OCDS record provides a planning notice for the Royal Borough of Greenwich's restricted procurement of two providers for electrical works, including EICR, repairs, rewires, lightning protection, and solar PV/MVHR servicing, to be awarded in geographical lots.

OCDS Release PackageDOC
009436-2026_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 servicing for council residential properties, awarded via a two-stage competitive process in geographical lots.

Official PDF VersionPDF
009436-2026_official.pdf

The Royal Borough of Greenwich seeks two providers for electrical testing, repairs, and associated works on council residential properties, awarded through a two-stage competitive flexible procedure with contracts issued in geographical lots.

Tender NoticeHTM
009436-2026.html

This document is a contract details notice from Find a Tender, published by NHS England, announcing the award of a £249,190 contract to Living Potential Ltd for the delivery of the Aspiring Chief Executive programme cohort 7.

Aperçu des documents

Inscrivez-vous pour consulter les résumés et l'analyse des documents

64
Bon

Score de qualité de l'appel d'offres

This tender outlines a two-stage competitive flexible procedure for electrical works, demonstrating good procedural clarity and reasonable timelines, but suffers from significant issues regarding document completeness, clarity of evaluation criteria, and data consistency.

Répartition du score

Conformité légale75/100

The tender clearly defines the procedure type and CPV codes, aligning with UK procurement regulations. The submission deadline is very reasonable (over 6 months). However, the initial notice defers specific mandatory exclusion grounds and financial requirements to later documents, and the inclusion of an unrelated award notice (Document 1) is a compliance oversight.

Specific mandatory exclusion grounds not detailed in the notice.
Inclusion of an unrelated award notice (Document 1).
Clarté60/100

The overall scope of works and the two-stage process are generally clear. However, the statement that requirements are 'indicative only' introduces ambiguity, and the explicit absence of specific evaluation criteria for the second stage (Most Advantageous Tender) is a major clarity deficiency.

Requirements are stated as 'indicative only', potentially leading to scope changes.
Specific evaluation criteria for Stage 2 (Most Advantageous Tender) are not detailed.
Exhaustivité55/100

While basic information like title, reference, organization, value, and deadlines are present, the tender is incomplete due to the absence of the actual detailed tender documents (PSQ, ITT) directly attached. The provided documents are summaries or irrelevant, and critical details like full evaluation criteria are missing.

Actual detailed tender documents (PSQ, ITT) are not directly provided.
Specific evaluation criteria are missing.
Équité65/100

The tender benefits from a long submission deadline, disclosed value, and a lot structure that promotes competition (one lot per tenderer). However, the lack of specific evaluation criteria for Stage 2 significantly impacts transparency and objectivity, and full document access requires registration on an external platform.

Specific evaluation criteria for Stage 2 are not disclosed, impacting transparency.
Full tender documents are not directly accessible without platform registration.
Aspect pratique80/100

The tender supports electronic submission via the Proactis Rego platform, and a direct URL is provided. Key information such as contract duration and an estimated start date are specified, enhancing practicality for potential bidders.

Contract start date is the same as the submission deadline, which is illogical and likely an estimate.
Cohérence des données60/100

Many key fields are populated, and there are no reported disputes. However, there is a direct inconsistency in the submission deadline between the basic information and the AI-extracted requirements. The contract start date is illogical, and the inclusion of an unrelated document (Document 1) severely undermines data consistency and reliability.

Inconsistent submission deadlines (Basic Info vs. AI-extracted requirements).
Contract start date is illogical (same as submission deadline).
Durabilité30/100

The tender does not explicitly incorporate green procurement, social aspects, or innovation focus within its stated requirements or evaluation criteria. While the services benefit residential properties, there's no indication of broader sustainability objectives for suppliers.

No explicit green procurement criteria.
No explicit social aspects or innovation focus.

Points forts

Clear definition of the two-stage competitive flexible procedure.
Reasonable submission deadline (long lead time for preparation).
Value disclosed and not classified.
Use of e-procurement platform (Proactis Rego) for submissions.
Division into geographical lots with a 'one lot per tenderer' rule promotes competition.

Préoccupations

Missing specific evaluation criteria for Stage 2 (Most Advantageous Tender).
Full tender documents (PSQ/ITT) not directly attached; only summaries and an irrelevant document are provided.
Inconsistency in submission deadlines and illogical contract start date.
Inclusion of an unrelated award notice (Document 1).
Requirements are stated as 'indicative only', introducing ambiguity.

Recommandations

1. Publish the full PSQ and ITT documents directly or ensure the notice clearly directs to their location on the e-procurement platform.
2. Clearly define and publish the evaluation criteria and their weightings for Stage 2 (Most Advantageous Tender).
3. Review and correct all date inconsistencies and ensure all attached documents are relevant to the tender.

Aperçu de la notation IA

Inscrivez-vous pour consulter les exigences et l'analyse complètes

Analyse complète du score de qualité
Répartition détaillée des sous-scores
Aperçu des forces et des préoccupations
Recommandations stratégiques

Aucune carte de crédit requise • Configuration en 2 minutes

Ajouter au Pipeline