Scope
Reference
100182
Description
North East and North Lincolnshire currently operates a 'Framework Agreement' for Street Lighting Term Maintenance Services.
This current agreement expires 31 October 2025 and both Authority's are seeking to establish a new Framework Agreement with a suitably qualified and experienced Supplier for " Street Lighting Term Maintenance" services and other related works.
The Supplier will be responsible for the following Asset activity within the public highway:
Street and Car Park Lighting
Festive and feature Lighting - provision, installation, removal and maintenance of Summer and Christmas Illuminations and assistance with official switch on occasions
Illuminated and non-illuminated bollards
Traffic Signs and Posts
CCTV Masts
Feeder pillars, cabling and power supply equipment
Emergency Call-Out (ECO) service, including Out of Hours and accident damage remedial works in the event of unsafe occurrences
Improvement and general works of street lighting, both planned and reactive maintenance of street lighting equipment, illuminated/electrified street furniture, including lamp columns, road signs, bollards, traffic monitoring equipment, duct/cable laying, electrical fittings, etc.
• Bulk Lamp change
• Night time scouting and reporting of defective/non lit equipment
• Lighting Central Management System (CMS)
• Testing of electrical equipment on the public highway
• Testing of structural integrity and fitness for purpose of lamp columns.
• Works may include professional services in additional to physical, construction works to support Minor and Major highways and transport schemes
These services would only be required to be provided within the geographic boundaries of North Lincolnshire and North East Lincolnshire.
The tender is divided into lots Lot 1 - North East Lincolnshire Council Lot 2 - North Lincolnshire Council .
One tenderer will be appointed for each lot. However, tenderers can bid for one or both lots.
Commercial tool
Establishes a framework
Total value (estimated)
- £12,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 November 2025 to 21 October 2029
- Possible extension to 31 October 2033
- 8 years
Description of possible extension:
Following the Contract end date an option to extend 4 x 12 month periods for to a final framework end date of 31st October 2033.
Extensions are based on performance.
Main procurement category
Services
CPV classifications
- 31522000 - Christmas tree lights
- 31527200 - Exterior lights
- 31527210 - Lanterns
- 34928430 - Beacons
- 34928450 - Bollards
- 34928470 - Signage
- 34928471 - Sign materials
- 34928472 - Sign posts
- 34928500 - Street-lighting equipment
- 34928510 - Street-lighting columns
- 34928520 - Lampposts
- 34928530 - Street lamps
- 34990000 - Control, safety, signalling and light equipment
- 45233290 - Installation of road signs
- 45233291 - Installation of bollards
- 45233294 - Installation of road signals
- 45316000 - Installation work of illumination and signalling systems
- 50232100 - Street-lighting maintenance services
- 71311000 - Civil engineering consultancy services
- 71322000 - Engineering design services for the construction of civil engineering works
- 79415200 - Design consultancy services
Contract locations
- UKE13 - North and North East Lincolnshire
Lot 1. North East Lincolnshire Council
Description
The Works consist of the installation and maintenance of street and car park lighting, illuminated signs and bollards along with the installation and maintenance of seasonal illuminations and other works as required across the borough in North East Lincolnshire (NEL).
These comprise of approximately 22 898 Illuminated Units for NEL (these figures are indicative and subject to change)
• 20,416 Lighting Columns
• 2482 Signs and Bollards
• 482 Lighting Columns - Lincolnshire Housing Partnership
The Supplier will be required to provide:
General Maintenance:
Repair of outages to street lights, footpath lights, car park lighting, illuminated traffic signs and bollards, Bulk lamp change, cleaning and maintenance of illuminated traffic signs and bollards and undertake any other programmed maintenance.
Additional Maintenance:
Minor improvement works and electrical safety testing;
Provision and removal of temporary advance works signs and sign plates for pending Highways schemes.
Seasonal Illuminations:
Provision, installation, removal and maintenance of both Summer and Christmas Illuminations and assistance with official switch-on occasions.
Road Safety:
Provision of services associated with the installation, maintenance and re-location of Speed Activated signs and Driver Feed Back Signs.
Emergency attendance, in the event of unsafe occurrences.
Night time scouting and reporting of defective/non-lit equipment.
The Supplier may also be required to support during the contract:
Capital Works Schemes
Renew defective road lighting columns and improvements to public lighting, Improve/ renew road lighting in conjunction with major highway maintenance schemes.
Section 38 and 278 Works
Provision of services associated with the installation of Road Lighting equipment related to works required by developers.
Lot value (estimated)
- £8,000,000 excluding VAT
- £9,600,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. North Lincolnshire Council
Description
The Works consist of the installation and maintenance of street and car park lighting, illuminated signs and bollards along with the installation and maintenance of seasonal illuminations and other works as required across the borough in North Lincolnshire (NL).
These comprise of approximately 25,436 Illuminated Units for NEL (these figures are indicative and subject to change)
• 24,031 Lighting Columns
• 1223 Signs
• 74 Beacons
• 108 Bollards
The Supplier will be required to provide, as required:
General Maintenance:
Repair of outages to street lights, footpath lights, car park lighting, illuminated traffic signs and bollards, Bulk lamp change, cleaning and maintenance of illuminated traffic signs and bollards and undertake any other programmed maintenance.
Additional Maintenance:
Minor improvement works and electrical safety testing;
Provision and removal of temporary advance works signs and sign plates for pending Highways schemes.
Seasonal Illuminations:
Provision, installation, removal and maintenance of both Summer and Christmas Illuminations and assistance with official switch-on occasions.
Road Safety:
Provision of services associated with the installation, maintenance and re-location of Speed Activated signs and Driver Feed Back Signs.
Emergency attendance, in the event of unsafe occurrences.
Night time scouting and reporting of defective/non-lit equipment.
The Supplier may also be required to support during the contract:
Capital Works Schemes
Renew defective road lighting columns and improvements to public lighting, Improve/ renew road lighting in conjunction with major highway maintenance schemes.
Section 38 and 278 Works
Provision of services associated with the installation of Road Lighting equipment related to works required by developers.
Lot value (estimated)
- £1,920,000 excluding VAT
- £2,400,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Justification for framework term over 4 years
The contract requires the successful supplier for Lot 1 to have a depot within the borough of North East Lincolnshire. The depot will house their fleet, stock and provide welfare for their staff.
If the current incumbent is not successful, it would mean a new Supplier will possibly have the capital outlay and would not recover their costs over a four (4) year period.
This would be reflected within the tendered price and would not be attractive to the market.
An eight (8) year framework would allow a tenderer to spread the capital cost over the life of the framework. This would reduce the cost to the Authority and make the tender more attractive to the market.
The initial term would be for four years, however the further years would be granted based on performance.
Framework operation description
Each lot will have a sole supplier and selection process will be without competition.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
Lincolnshire Housing Partnership
Cartergate House,
26 Chantry Lane,
Grimsby,
North East Lincolnshire
DN31 2LJ
Contracting authority location restrictions
- UKE13 - North and North East Lincolnshire
Participation
Legal and financial capacity conditions of participation
Lot 1. North East Lincolnshire Council
Lot 2. North Lincolnshire Council
Economic Financial Standing Information - Pass/Fail
Insurance - Pass/Fail
Tenderers must hold or commit to obtain the following levels of insurance if successful.
Employer's (Compulsory) Liability Insurance = £10 Million
Public Liability Insurance = £10 Million
Professional Indemnity Insurance = £5 Million
Product Liability Insurance = £5m
There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of £5 Million as a minimum.
Ultimate Parent Company Guarantee and or Performance Bond -Pass/Fail
Further details about the conditions of participation and the award criteria can be found in the associated tender documents.
Technical ability conditions of participation
Lot 1. North East Lincolnshire Council
Lot 2. North Lincolnshire Council
General Data Protection Regulations - Pass/Fail
Modern Slavery - Pass/Fail
Technical Ability
Hold National Inspection Council for Electrical Installation Contracting (NICEIC) and or equivalent, hold Highways Electrical Registration Scheme (HERS) and or equivalent and hold National Electricity Registration Scheme (NERS) and or equivalent at the point of contract commencement.
Standards
Hold ISO9001 or equivalent, ISO 45001 or equivalent and ISO 140001 or equivalent at the point of contract commencement.
Further details about the conditions of participation and the award criteria can be found in the associated tender documents.
Particular suitability
Lot 1. North East Lincolnshire Council
Lot 2. North Lincolnshire Council
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
4 July 2025, 1:00pm
Tender submission deadline
11 July 2025, 1:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
22 August 2025
Recurring procurement
Publication date of next tender notice (estimated): 1 November 2028
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Schedule of Rates | Price | 60% | |
Service Critical | Tenderers must score a minimum acceptable score of 3. Failure to do so will deem your tender non-compliant. |
Quality | 12% |
Health and Safety | Tenderers must score a minimum acceptable score of 3. Failure to do so will deem your tender non-compliant. |
Quality | 12% |
Knowledge and Skills | Quality | 8% | |
Social Value | Quality | 4% | |
Climate, Environment and Waste Management | Quality | 4% |
Other information
Description of risks to contract performance
Local Government Re-organisation
1.1 In December 2024 the Government issued a White Paper on Local Government Re-Organisation entitled the "English Devolution White Paper".
1.2 In March 2025 Greater Lincolnshire submitted their suggested re-organisation plan to the Government and are awaiting a response.
1.3 Final proposals will be submitted in November 2025 and implementation of the changes is expected by Government to be by 2028 at the earliest.
1.4 Whilst the expected impact of most changes to Local Government will be settled at Government Level (Change in Law) please be aware that it may be government policy or expedient that any affected party will be recommended to agree bi-lateral or multi-lateral changes to their existing contractual arrangements.
1.5 There is a possibility that due to local government reorganisation this contract will need to be novated to another public body carrying out the same functions as the Client's.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
https://www.yortender.eu-supply.com
All associated tender documents are available via YORtender - https://yortender.eu-supply.com.
Click on the link, then click on current tender opportunities, then search using the reference number 100182
Technical specifications to be met
https://www.yortender.eu-supply.com
All associated tender documents are available via YORtender - https://yortender.eu-supply.com.
Click on the link, then click on current tender opportunities, then search using the reference number 100182
Contracting authorities
North East Lincolnshire Borough Council
- Public Procurement Organisation Number: PXNN-3676-XCQV
Municipal Offices, Town Hall Square
Grimsby
DN31 1HU
United Kingdom
Email: procurement@nelincs.gov.uk
Website: http://www.nelincs.gov.uk
Region: UKE13 - North and North East Lincolnshire
Organisation type: Public authority - sub-central government
North Lincolnshire Council
- Public Procurement Organisation Number: PDZY-9248-XLCG
Church Square House
Scunthorpe
DN15 6NL
United Kingdom
Region: UKE13 - North and North East Lincolnshire
Organisation type: Public authority - sub-central government