Scope
Reference
SMBC 25057
Description
Sandwell Metropolitan Borough Council Highway Authority has a legal duty to maintain the highway network within the borough, including street lighting and illuminated signage. Sandwell MBC provides and maintains 30,985 streetlights and approximately 5,000 other types of illuminated street furniture. Of these, 30,139 lighting units have already been upgraded through a previous lantern replacement programme. This delivered significant energy efficiencies, carbon reductions and introduced LED lighting technology controlled via a Central Management System (CMS), a platform that enables remote monitoring and adjustment of street lighting assets for optimal performance and fault detection. The proposed Street Lighting Improvement Programme Contract, will focus on upgrading the small number of remaining non-LED lighting units and converting approximately 9,000 existing LED lanterns onto a single, integrated CMS. Additionally, the contract will enable the replacement of lighting columns and other illuminated street furniture that have reached the end of their design life, ensuring that the infrastructure remains safe and fit for purpose.
Commercial tool
Establishes an open framework
Total value (estimated)
- £4,500,000 excluding VAT
- £5,400,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2030
- 4 years
Main procurement category
Works
CPV classifications
- 45233293 - Installation of street furniture
- 45316000 - Installation work of illumination and signalling systems
- 45316110 - Installation of road lighting equipment
- 50232100 - Street-lighting maintenance services
Contract locations
- UKG37 - Sandwell
Framework
Open framework scheme end date (estimated)
1 April 2030
Maximum number of suppliers
2
Maximum percentage fee charged to suppliers
0%
Further information about fees
Not applicable
Framework operation description
The two (2) Tenderers achieving the highest total scores will be appointed to the contract. The contract will be awarded to the highest-scoring bidder, who will be designated as the Primary Contractor. The Primary Contractor will be offered all work opportunities in the first instance. A Secondary Contractor will also be appointed to provide back up support in circumstances where the Primary Contractor is either unable to deliver the required services at any particular time or is lacking the capacity to undertake the work to meet any particular delivery timeframes
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Submission
Tender submission deadline
4 February 2026, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
16 March 2026
Recurring procurement
Publication date of next tender notice (estimated): 2 March 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| Simple description | Please refer to criteria in ITT documents |
Price |
Weighting description
Please refer to criteria in ITT documents
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Sandwell Metropolitan Borough Council
- Public Procurement Organisation Number: PJHD-8764-YRJJ
Sandwell Council House, Freeth Street
Oldbury
B69 3DE
United Kingdom
Contact name: Michelle Hackwood
Region: UKG37 - Sandwell
Organisation type: Public authority - sub-central government