Lot No: 1
II.2.1) Title
Lot 1 - Electricity North West (ENW) Distribution Network Operator Geographical Region
II.2.2) Additional CPV code(s)
34928500
45233139
45316100
45316110
45316211
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Various sites and geographical locations across North-West England.
II.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.
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 7.5
Quality criterion: Quality Assurance
/ Weighting: 7.5
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Management Information
/ Weighting: 3
Quality criterion: Health and Safety at Work
/ Weighting: 3
Quality criterion: Training
/ Weighting: 2
Quality criterion: Exit Planning
/ Weighting: 2
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 - Scottish Power Distribution Network Operator Geographical Region
II.2.2) Additional CPV code(s)
34928500
45233139
45316100
45316110
45316211
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Various sites and geographical locations across North-West England.
II.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.
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 7.5
Quality criterion: Quality Assurance
/ Weighting: 7.5
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Management Information
/ Weighting: 3
Quality criterion: Health and Safety at Work
/ Weighting: 3
Quality criterion: Training
/ Weighting: 2
Quality criterion: Exit Planning
/ Weighting: 2
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Lot 3 - Energetics Independent Distribution Network Operator Sites
II.2.2) Additional CPV code(s)
34928500
45233139
45316100
45316110
45316211
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Various sites and geographical locations across North-West England.
II.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.
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 7.5
Quality criterion: Quality Assurance
/ Weighting: 7.5
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Management Information
/ Weighting: 3
Quality criterion: Health and Safety at Work
/ Weighting: 3
Quality criterion: Training
/ Weighting: 2
Quality criterion: Exit Planning
/ Weighting: 2
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Lot 4 - IPNL (Independent Power Networks) Independent Distribution Network Operator Sites
II.2.2) Additional CPV code(s)
34928500
45233139
45316100
45316110
45316211
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Various sites and geographical locations across North-West England.
II.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.
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 7.5
Quality criterion: Quality Assurance
/ Weighting: 7.5
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Management Information
/ Weighting: 3
Quality criterion: Health and Safety at Work
/ Weighting: 3
Quality criterion: Training
/ Weighting: 2
Quality criterion: Exit Planning
/ Weighting: 2
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Lot 5 - ESP Electricity Ltd Independent Distribution Network Operator Sites
II.2.2) Additional CPV code(s)
34928500
45233139
45316100
45316110
45316211
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Various sites and geographical locations across North-West England.
II.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.
II.2.5) Award criteria
Quality criterion: Service Delivery
/ Weighting: 7.5
Quality criterion: Quality Assurance
/ Weighting: 7.5
Quality criterion: Business Continuity
/ Weighting: 5
Quality criterion: Management Information
/ Weighting: 3
Quality criterion: Health and Safety at Work
/ Weighting: 3
Quality criterion: Training
/ Weighting: 2
Quality criterion: Exit Planning
/ Weighting: 2
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Title: Lot 1 - Electricity North West (ENW) Distribution Network Operator Geographical Region
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
The contract has been awarded to a group of economic operators:
Yes
Title: Lot 2 - Scottish Power Distribution Network Operator Geographical Region
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
The contract has been awarded to a group of economic operators:
Yes
Title: Lot 3 - Energetics Independent Distribution Network Operator Sites
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
The contract has been awarded to a group of economic operators:
Yes
Title: Lot 4 - IPNL (Independent Power Networks) Independent Distribution Network Operator Sites
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
The contract has been awarded to a group of economic operators:
Yes
Title: Lot 5 - ESP Electricity Ltd Independent Distribution Network Operator Sites
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
The contract has been awarded to a group of economic operators:
Yes