Contract

GMCA Street Lighting Electrical Connections Framework Agreement 2025 - 2026 (2028)

  • Wigan Council
  • Bury Council
  • Manchester City Council
  • Oldham Council
  • Rochdale Council
Show 21 more buyers Show fewer buyers
  • Salford City Council
  • Stockport Metropolitan Borough Council
  • Tameside Metropolitan Borough Council
  • Trafford Council
  • Bolton Council
  • Blackburn with Darwen Borough Council
  • Blackpool Council
  • Cheshire East Borough Council
  • Warrington Borough Council
  • Greater Manchester Combined Authority (GMCA) (which includes Greater Manchester Fire and Rescue Service)
  • Transport for Greater Manchester (TfGM)
  • Greater Manchester Police (GMP) Contracting Authority: The PCC for GM
  • Manchester Airport plc
  • Lancashire County Council
  • St. Helens Council
  • Totally Local Company
  • Stockport Homes
  • Rochdale Boroughwide Cultural Trust T/A Your Trust
  • Trafford Leisure
  • Orbitas Bereavement Services Ltd
  • ANSA Environmental Services Ltd

F03: Contract award notice

Notice identifier: 2025/S 000-000185

Procurement identifier (OCID): ocds-h6vhtk-047b8c

Published 6 January 2025, 12:42pm



Section one: Contracting authority

one.1) Name and addresses

Wigan Council

Town Hall, Library Street

Wigan

WN1 1YN

Contact

Mr. Christopher Pennington

Email

C.Pennington@wigan.gov.uk

Telephone

+44 1942489323

Country

United Kingdom

Region code

UKD - North West (England)

Internet address(es)

Main address

http://www.wigan.gov.uk/

Buyer's address

http://www.wigan.gov.uk/

one.1) Name and addresses

Bury Council

Town Hall, Knowsley Street

Bury

BL9 0SW

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.bury.gov.uk/

one.1) Name and addresses

Manchester City Council

Town Hall, Albert Square

Manchester

M60 2LA

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.manchester.gov.uk/

one.1) Name and addresses

Oldham Council

Civic Centre, West Street

Oldham

OL1 1UT

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.oldham.gov.uk/

one.1) Name and addresses

Rochdale Council

Town Hall, The Esplanade

Rochdale

OL16 1AB

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.rochdale.gov.uk/

one.1) Name and addresses

Salford City Council

Civic Centre, Chorley Road, Swinton

Salford

M27 5AW

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.salford.gov.uk/

one.1) Name and addresses

Stockport Metropolitan Borough Council

Town Hall, Edward Street

Stockport

SK1 3XE

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.stockport.gov.uk/

one.1) Name and addresses

Tameside Metropolitan Borough Council

Dukinfield Town Hall, King Street, Tameside

Dukinfield

SK16 4LA

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.tameside.gov.uk/

one.1) Name and addresses

Trafford Council

Trafford Town Hall, Talbot Road

Stretford

M32 0TH

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.trafford.gov.uk/Home.aspx

one.1) Name and addresses

Bolton Council

Victoria Square

Bolton

BL1 1RU

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.bolton.gov.uk/

one.1) Name and addresses

Blackburn with Darwen Borough Council

King William Street

Blackburn

BB1 7DY

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD41 - Blackburn with Darwen

Internet address(es)

Main address

https://www.blackburn.gov.uk/

one.1) Name and addresses

Blackpool Council

Municipal Buildings, Corporation Street

Blackpool

FY1 1NF

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD42 - Blackpool

Internet address(es)

Main address

https://www.blackpool.gov.uk/Home.aspx

one.1) Name and addresses

Cheshire East Borough Council

PO Box 622

Crewe

CW1 9JH

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD62 - Cheshire East

Internet address(es)

Main address

https://www.cheshireeast.gov.uk/home.aspx

one.1) Name and addresses

Warrington Borough Council

New Town House, Buttermarket Street

Warrington

WA1 2NH

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD61 - Warrington

Internet address(es)

Main address

https://www.warrington.gov.uk/

one.1) Name and addresses

Greater Manchester Combined Authority (GMCA) (which includes Greater Manchester Fire and Rescue Service)

Tootal Buildings, 56 Oxford Street

Manchester

M1 6EU

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.greatermanchester-ca.gov.uk/

one.1) Name and addresses

Transport for Greater Manchester (TfGM)

2 Piccadilly Place

Manchester

M1 3BG

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://tfgm.com/

one.1) Name and addresses

Greater Manchester Police (GMP) Contracting Authority: The PCC for GM

Central Park, Northampton Road

Manchester

M40 5BP

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.gmp.police.uk/

one.1) Name and addresses

Manchester Airport plc

Olympic House

Manchester

M90 1QX

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.manchesterairport.co.uk/

one.1) Name and addresses

Lancashire County Council

PO Box 78, County Hall, Fishergate, Lancashire

Preston

PR1 8XJ

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD4 - Lancashire

Internet address(es)

Main address

https://www.lancashire.gov.uk/

one.1) Name and addresses

St. Helens Council

Wesley House, Corporation Street, Merseyside

St. Helens

WA10 1HF

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD7 - Merseyside

Internet address(es)

Main address

https://www.sthelens.gov.uk/

one.1) Name and addresses

Totally Local Company

Enterprise House, Oakhurst Drive

Stockport

SK3 0XT

Email

info@totallylocalcompany.co.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.totallylocalcompany.co.uk/

one.1) Name and addresses

Stockport Homes

Cornerstone, 2 Edward Street

Stockport

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.stockporthomes.org/

one.1) Name and addresses

Rochdale Boroughwide Cultural Trust T/A Your Trust

Middleton Arena, Lance Corporal Joel Halliwell VC Way

Middleton

M24 1AG

Email

admin@link4life.org

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.yourtrustrochdale.co.uk/

one.1) Name and addresses

Trafford Leisure

Trafford

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://traffordleisure.co.uk/

one.1) Name and addresses

Orbitas Bereavement Services Ltd

Crewe Cemetery Office, Market Close, Cheshire

Crewe

CW1 2NA

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD62 - Cheshire East

Internet address(es)

Main address

http://www.orbitas.co.uk

one.1) Name and addresses

ANSA Environmental Services Ltd

Environmental Hub, Cledford Lane, Cheshire

Middlewich

CW10 0JR

Email

procurement@wigan.gov.uk

Country

United Kingdom

Region code

UKD62 - Cheshire East

Internet address(es)

Main address

http://www.ansa.co.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

GMCA Street Lighting Electrical Connections Framework Agreement 2025 - 2026 (2028)

Reference number

DN730587

two.1.2) Main CPV code

  • 50232100 - Street-lighting maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this tender is to put in place a framework agreement to procure street

lighting electrical connections services. The framework agreement will consist of five lots, of

which two of the lots will be distribution network operator (DNO) geographical lots and

three will be independent distribution network operator (IDNO) lots. All providers must be

accredited for the appropriate work categories under the National Electricity Registration

Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent

distribution network operator (DNO) electrical networks at any time during the term of the

framework agreement. The distribution network operators for the two geographical lots are

Electricity North West (Lot 1) and Scottish Power (Lot 2).The remaining three Independent

Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL

(Independent Power Networks) IDNO Sites (Lot 4) and ESP Electricity Limited IDNO Sites

(Lot 5).

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £15,000,000

two.2) Description

two.2.1) Title

Lot 1 - Electricity North West (ENW) Distribution Network Operator Geographical Region

Lot No

1

two.2.2) Additional CPV code(s)

  • 34928500 - Street-lighting equipment
  • 45233139 - Highway maintenance work
  • 45316100 - Installation of outdoor illumination equipment
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Various sites and geographical locations across North-West England.

two.2.4) Description of the procurement

The purpose of this tender is to put in place a framework agreement to procure street

lighting electrical connections services. The framework agreement will consist of five lots, of

which two of the lots will be distribution network operator (DNO) geographical lots and

three will be Independent Distribution Network Operator (IDNO) lots. All providers must be

accredited for the appropriate work categories under the National Electricity Registration

Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent

distribution network operator (DNO) electrical networks at any time during the term of the

framework agreement. The distribution network operators for the two geographical lots are

Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent

Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL (Independent

Power Networks) IDNO Sites (Lot 4) and ESP Electricity Limited IDNO Sites (Lot 5). It is the

intention to appoint a minimum of 3 providers to each lot subject to there being sufficient

tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting

electrical connections services (new connections, transfers and disconnections), including

the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated

traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling

installation works, and painting.

Contracts called-off from the framework agreement will be awarded on a cascade basis, with

the tenderer submitting the Most Economically Advantageous Tender being appointed as

the first provider to the relevant lot, which will be contacted in the first instance in respect of

any service requirements. Should the first provider not have the capacity and/or capability

and/or not be willing to provide the services then the second provider and third provider

would be contacted in turn. Alternatively, contracting bodies accessing the framework

agreement may re-open competition to all providers capable of meeting the requirement

within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other

participating authorities and organisational bodies as named within this Contract Notice.

The Invitation to Tender documentation contains further details on those organisations

intending to use the framework agreement at its outset and indicative call-off quantities.

None of the named organisations will however be obliged to procure through the framework

agreement. Economic operators should note that inclusion on the framework agreement is

not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for 2 further

periods of extension of 12 months each. The maximum duration of the framework agreement

will be 4 years.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7.5

Quality criterion - Name: Quality Assurance / Weighting: 7.5

Quality criterion - Name: Business Continuity / Weighting: 5

Quality criterion - Name: Management Information / Weighting: 3

Quality criterion - Name: Health and Safety at Work / Weighting: 3

Quality criterion - Name: Training / Weighting: 2

Quality criterion - Name: Exit Planning / Weighting: 2

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 - Scottish Power Distribution Network Operator Geographical Region

Lot No

2

two.2.2) Additional CPV code(s)

  • 34928500 - Street-lighting equipment
  • 45233139 - Highway maintenance work
  • 45316100 - Installation of outdoor illumination equipment
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Various sites and geographical locations across North-West England.

two.2.4) Description of the procurement

The purpose of this tender is to put in place a framework agreement to procure street

lighting electrical connections services. The framework agreement will consist of five lots, of

which two of the lots will be distribution network operator (DNO) geographical lots and

three will be Independent Distribution Network Operator (IDNO) lots. All providers must be

accredited for the appropriate work categories under the National Electricity Registration

Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent

distribution network operator (DNO) electrical networks at any time during the term of the

framework agreement. The distribution network operators for the two geographical lots are

Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent

Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL (Independent

Power Networks) IDNO Sites (Lot 4) and ESP Electricity Limited IDNO Sites (Lot 5). It is the

intention to appoint a minimum of 3 providers to each lot subject to there being sufficient

tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting

electrical connections services (new connections, transfers and disconnections), including

the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated

traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling

installation works, and painting.

Contracts called-off from the framework agreement will be awarded on a cascade basis, with

the tenderer submitting the Most Economically Advantageous Tender being appointed as

the first provider to the relevant lot, which will be contacted in the first instance in respect of

any service requirements. Should the first provider not have the capacity and/or capability

and/or not be willing to provide the services then the second provider and third provider

would be contacted in turn. Alternatively, contracting bodies accessing the framework

agreement may re-open competition to all providers capable of meeting the requirement

within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other

participating authorities and organisational bodies as named within this Contract Notice.

The Invitation to Tender documentation contains further details on those organisations

intending to use the framework agreement at its outset and indicative call-off quantities.

None of the named organisations will however be obliged to procure through the framework

agreement. Economic operators should note that inclusion on the framework agreement is

not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for 2 further

periods of extension of 12 months each. The maximum duration of the framework agreement

will be 4 years.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7.5

Quality criterion - Name: Quality Assurance / Weighting: 7.5

Quality criterion - Name: Business Continuity / Weighting: 5

Quality criterion - Name: Management Information / Weighting: 3

Quality criterion - Name: Health and Safety at Work / Weighting: 3

Quality criterion - Name: Training / Weighting: 2

Quality criterion - Name: Exit Planning / Weighting: 2

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 - Energetics Independent Distribution Network Operator Sites

Lot No

3

two.2.2) Additional CPV code(s)

  • 34928500 - Street-lighting equipment
  • 45233139 - Highway maintenance work
  • 45316100 - Installation of outdoor illumination equipment
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Various sites and geographical locations across North-West England.

two.2.4) Description of the procurement

The purpose of this tender is to put in place a framework agreement to procure street

lighting electrical connections services. The framework agreement will consist of five lots, of

which two of the lots will be distribution network operator (DNO) geographical lots and

three will be Independent Distribution Network Operator (IDNO) lots. All providers must be

accredited for the appropriate work categories under the National Electricity Registration

Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent

distribution network operator (DNO) electrical networks at any time during the term of the

framework agreement. The distribution network operators for the two geographical lots are

Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent

Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL (Independent

Power Networks) IDNO Sites (Lot 4) and ESP Electricity Limited IDNO Sites (Lot 5). It is the

intention to appoint a minimum of 3 providers to each lot subject to there being sufficient

tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting

electrical connections services (new connections, transfers and disconnections), including

the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated

traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling

installation works, and painting.

Contracts called-off from the framework agreement will be awarded on a cascade basis, with

the tenderer submitting the Most Economically Advantageous Tender being appointed as

the first provider to the relevant lot, which will be contacted in the first instance in respect of

any service requirements. Should the first provider not have the capacity and/or capability

and/or not be willing to provide the services then the second provider and third provider

would be contacted in turn. Alternatively, contracting bodies accessing the framework

agreement may re-open competition to all providers capable of meeting the requirement

within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other

participating authorities and organisational bodies as named within this Contract Notice.

The Invitation to Tender documentation contains further details on those organisations

intending to use the framework agreement at its outset and indicative call-off quantities.

None of the named organisations will however be obliged to procure through the framework

agreement. Economic operators should note that inclusion on the framework agreement is

not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for 2 further

periods of extension of 12 months each. The maximum duration of the framework agreement

will be 4 years.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7.5

Quality criterion - Name: Quality Assurance / Weighting: 7.5

Quality criterion - Name: Business Continuity / Weighting: 5

Quality criterion - Name: Management Information / Weighting: 3

Quality criterion - Name: Health and Safety at Work / Weighting: 3

Quality criterion - Name: Training / Weighting: 2

Quality criterion - Name: Exit Planning / Weighting: 2

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4 - IPNL (Independent Power Networks) Independent Distribution Network Operator Sites

Lot No

4

two.2.2) Additional CPV code(s)

  • 34928500 - Street-lighting equipment
  • 45233139 - Highway maintenance work
  • 45316100 - Installation of outdoor illumination equipment
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Various sites and geographical locations across North-West England.

two.2.4) Description of the procurement

The purpose of this tender is to put in place a framework agreement to procure street

lighting electrical connections services. The framework agreement will consist of five lots, of

which two of the lots will be distribution network operator (DNO) geographical lots and

three will be Independent Distribution Network Operator (IDNO) lots. All providers must be

accredited for the appropriate work categories under the National Electricity Registration

Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent

distribution network operator (DNO) electrical networks at any time during the term of the

framework agreement. The distribution network operators for the two geographical lots are

Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent

Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL (Independent

Power Networks) IDNO Sites (Lot 4) and ESP Electricity Limited IDNO Sites (Lot 5). It is the

intention to appoint a minimum of 3 providers to each lot subject to there being sufficient

tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting

electrical connections services (new connections, transfers and disconnections), including

the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated

traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling

installation works, and painting.

Contracts called-off from the framework agreement will be awarded on a cascade basis, with

the tenderer submitting the Most Economically Advantageous Tender being appointed as

the first provider to the relevant lot, which will be contacted in the first instance in respect of

any service requirements. Should the first provider not have the capacity and/or capability

and/or not be willing to provide the services then the second provider and third provider

would be contacted in turn. Alternatively, contracting bodies accessing the framework

agreement may re-open competition to all providers capable of meeting the requirement

within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other

participating authorities and organisational bodies as named within this Contract Notice.

The Invitation to Tender documentation contains further details on those organisations

intending to use the framework agreement at its outset and indicative call-off quantities.

None of the named organisations will however be obliged to procure through the framework

agreement. Economic operators should note that inclusion on the framework agreement is

not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for 2 further

periods of extension of 12 months each. The maximum duration of the framework agreement

will be 4 years.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7.5

Quality criterion - Name: Quality Assurance / Weighting: 7.5

Quality criterion - Name: Business Continuity / Weighting: 5

Quality criterion - Name: Management Information / Weighting: 3

Quality criterion - Name: Health and Safety at Work / Weighting: 3

Quality criterion - Name: Training / Weighting: 2

Quality criterion - Name: Exit Planning / Weighting: 2

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5 - ESP Electricity Ltd Independent Distribution Network Operator Sites

Lot No

5

two.2.2) Additional CPV code(s)

  • 34928500 - Street-lighting equipment
  • 45233139 - Highway maintenance work
  • 45316100 - Installation of outdoor illumination equipment
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Various sites and geographical locations across North-West England.

two.2.4) Description of the procurement

The purpose of this tender is to put in place a framework agreement to procure street

lighting electrical connections services. The framework agreement will consist of five lots, of

which two of the lots will be distribution network operator (DNO) geographical lots and

three will be Independent Distribution Network Operator (IDNO) lots. All providers must be

accredited for the appropriate work categories under the National Electricity Registration

Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent

distribution network operator (DNO) electrical networks at any time during the term of the

framework agreement. The distribution network operators for the two geographical lots are

Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent

Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL (Independent

Power Networks) IDNO Sites (Lot 4) and ESP Electricity Limited IDNO Sites (Lot 5). It is the

intention to appoint a minimum of 3 providers to each lot subject to there being sufficient

tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting

electrical connections services (new connections, transfers and disconnections), including

the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated

traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling

installation works, and painting.

Contracts called-off from the framework agreement will be awarded on a cascade basis, with

the tenderer submitting the Most Economically Advantageous Tender being appointed as

the first provider to the relevant lot, which will be contacted in the first instance in respect of

any service requirements. Should the first provider not have the capacity and/or capability

and/or not be willing to provide the services then the second provider and third provider

would be contacted in turn. Alternatively, contracting bodies accessing the framework

agreement may re-open competition to all providers capable of meeting the requirement

within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other

participating authorities and organisational bodies as named within this Contract Notice.

The Invitation to Tender documentation contains further details on those organisations

intending to use the framework agreement at its outset and indicative call-off quantities.

None of the named organisations will however be obliged to procure through the framework

agreement. Economic operators should note that inclusion on the framework agreement is

not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for 2 further

periods of extension of 12 months each. The maximum duration of the framework agreement

will be 4 years.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7.5

Quality criterion - Name: Quality Assurance / Weighting: 7.5

Quality criterion - Name: Business Continuity / Weighting: 5

Quality criterion - Name: Management Information / Weighting: 3

Quality criterion - Name: Health and Safety at Work / Weighting: 3

Quality criterion - Name: Training / Weighting: 2

Quality criterion - Name: Exit Planning / Weighting: 2

Price - Weighting: 60

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-020769


Section five. Award of contract

Lot No

Lot 1

Title

Lot 1 - Electricity North West (ENW) Distribution Network Operator Geographical Region

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 December 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Altitude Services Limited

Bird Hall Cottage, Rowlands Road

Bury

BL9 5PA

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Amey Highways Limited

Chancery Exchange, 10 Furnival Street

London

EC4A 1AB

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

E.ON Energy Solutions Limited

Westwood Way, Westwood Business Park

Coventry

CV4 8LG

Country

United Kingdom

NUTS code
  • UKG13 - Warwickshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

J McCann and Co Limited

McCann House, 110 Nottingham Road, Chilwell

Nottingham

NG9 6DQ

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Lot No

Lot 2

Title

Lot 2 - Scottish Power Distribution Network Operator Geographical Region

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 December 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Altitude Services Limited

Bird Hall Cottage, Rowlands Road

Bury

BL9 5PA

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Amey Highways Limited

Chancery Exchange, 10 Furnival Street

London

EC4A 1AB

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

E.ON Energy Solutions Limited

Westwood Way, Westwood Business Park

Coventry

CV4 8LG

Country

United Kingdom

NUTS code
  • UKG13 - Warwickshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

J McCann and Co Limited

McCann House, 110 Nottingham Road, Chilwell

Nottingham

NG9 6DQ

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Lot No

Lot 3

Title

Lot 3 - Energetics Independent Distribution Network Operator Sites

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Altitude Services Limited

Bird Hall Cottage, Rowlands Road

Bury

BL9 5PA

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

E.ON Energy Solutions Limited

Westwood Way, Westwood Business Park

Coventry

CV4 8LG

Country

United Kingdom

NUTS code
  • UKG13 - Warwickshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

J McCann and Co Limited

McCann House, 110 Nottingham Road, Chilwell

Nottingham

NG9 6DQ

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Lot No

Lot 4

Title

Lot 4 - IPNL (Independent Power Networks) Independent Distribution Network Operator Sites

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Altitude Services Limited

Bird Hall Cottage, Rowlands Road

Bury

BL9 5PA

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

E.ON Energy Solutions Limited

Westwood Way, Westwood Business Park

Coventry

CV4 8LG

Country

United Kingdom

NUTS code
  • UKG13 - Warwickshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

J McCann and Co Limited

McCann House, 110 Nottingham Road, Chilwell

Nottingham

NG9 6DQ

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Lot No

Lot 5

Title

Lot 5 - ESP Electricity Ltd Independent Distribution Network Operator Sites

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Altitude Services Limited

Bird Hall Cottage, Rowlands Road

Bury

BL9 5PA

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

E.ON Energy Solutions Limited

Westwood Way, Westwood Business Park

Coventry

CV4 8LG

Country

United Kingdom

NUTS code
  • UKG13 - Warwickshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

J McCann and Co Limited

McCann House, 110 Nottingham Road, Chilwell

Nottingham

NG9 6DQ

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

Country

United Kingdom