Tender

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

F02: Contract notice

Notice identifier: 2024/S 000-020769

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

Published 8 July 2024, 12:53pm



The closing date and time has been changed to:

23 August 2024, 5:00pm

See the change notice.

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

SK3 0XT

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=b8ea1cee-8c37-ef11-812d-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.uk

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.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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.2.10) Information about variants

Variants will be accepted: No

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 5 lots, of which two of the lots will be Distribution Network Operator (DNO) geographical lots and 3 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 Ltd IDNO Sites (Lot 5). It is the intention to appoint a minimum of three 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 two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

two.2.10) Information about variants

Variants will be accepted: No

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 Ltd IDNO Sites (Lot 5). It is the intention to appoint a minimum of three 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 two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

two.2.10) Information about variants

Variants will be accepted: No

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 Ltd IDNO Sites (Lot 5). It is the intention to appoint a minimum of three 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 two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

two.2.10) Information about variants

Variants will be accepted: No

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 Ltd IDNO Sites (Lot 5).

It is the intention to appoint a minimum of three 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 two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

two.2.10) Information about variants

Variants will be accepted: No

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

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

8 August 2024

Local time

4:30pm

Changed to:

Date

23 August 2024

Local time

5:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 August 2024

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Part 3 — Remedies, Chapter 5 — Facilitation of Remedies, Regulations 86/87 (information about contract award procedures and the application of standstill period prior to contract award) and Part 3 — Remedies, Chapter 6 — Applications to the Court, Regulation 91 (enforcement of obligations), etc. of the EU Public Contracts Regulations 2015.