Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 09 July 2024
  • Last modified: 09 July 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-047b8c
Published by:
Wigan Council
Authority ID:
AA21359
Publication date:
09 July 2024
Deadline date:
08 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Wigan Council

Town Hall, Library Street

Wigan

WN1 1YN

UK

Contact person: Mr. Christopher Pennington

Telephone: +44 1942489323

E-mail: C.Pennington@wigan.gov.uk

NUTS: UKD

Internet address(es)

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

Address of the buyer profile: http://www.wigan.gov.uk/

I.1) Name and addresses

Bury Council

Town Hall, Knowsley Street

Bury

BL9 0SW

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Manchester City Council

Town Hall, Albert Square

Manchester

M60 2LA

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Oldham Council

Civic Centre, West Street

Oldham

OL1 1UT

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Rochdale Council

Town Hall, The Esplanade

Rochdale

OL16 1AB

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Salford City Council

Civic Centre, Chorley Road, Swinton

Salford

M27 5AW

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Stockport Metropolitan Borough Council

Town Hall, Edward Street

Stockport

SK1 3XE

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Tameside Metropolitan Borough Council

Dukinfield Town Hall, King Street, Tameside

Dukinfield

SK16 4LA

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Trafford Council

Trafford Town Hall, Talbot Road

Stretford

M32 0TH

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Bolton Council

Victoria Square

Bolton

SK3 0XT

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Blackburn with Darwen Borough Council

King William Street

Blackburn

BB1 7DY

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD41

Internet address(es)

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

I.1) Name and addresses

Blackpool Council

Municipal Buildings, Corporation Street

Blackpool

FY1 1NF

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD42

Internet address(es)

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

I.1) Name and addresses

Cheshire East Borough Council

PO Box 622

Crewe

CW1 9JH

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD62

Internet address(es)

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

I.1) Name and addresses

Warrington Borough Council

New Town House, Buttermarket Street

Warrington

WA1 2NH

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD61

Internet address(es)

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

I.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

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Transport for Greater Manchester (TfGM)

2 Piccadilly Place

Manchester

M1 3BG

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

Main address: https://tfgm.com/

I.1) Name and addresses

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

Central Park, Northampton Road

Manchester

M40 5BP

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Manchester Airport plc

Olympic House

Manchester

M90 1QX

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Lancashire County Council

PO Box 78, County Hall, Fishergate, Lancashire

Preston

PR1 8XJ

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD4

Internet address(es)

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

I.1) Name and addresses

St. Helens Council

Wesley House, Corporation Street, Merseyside

St. Helens

WA10 1HF

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD7

Internet address(es)

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

I.1) Name and addresses

Totally Local Company

Enterprise House, Oakhurst Drive

Stockport

SK3 0XT

UK

E-mail: info@totallylocalcompany.co.uk

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Stockport Homes

Cornerstone, 2 Edward Street

Stockport

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

Main address: https://www.stockporthomes.org/

I.1) Name and addresses

Rochdale Boroughwide Cultural Trust T/A Your Trust

Middleton Arena, Lance Corporal Joel Halliwell VC Way

Middleton

M24 1AG

UK

E-mail: admin@link4life.org

NUTS: UKD3

Internet address(es)

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

I.1) Name and addresses

Trafford Leisure

Trafford

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD3

Internet address(es)

Main address: https://traffordleisure.co.uk/

I.1) Name and addresses

Orbitas Bereavement Services Ltd

Crewe Cemetery Office, Market Close, Cheshire

Crewe

CW1 2NA

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD62

Internet address(es)

Main address: http://www.orbitas.co.uk

I.1) Name and addresses

ANSA Environmental Services Ltd

Environmental Hub, Cledford Lane, Cheshire

Middlewich

CW10 0JR

UK

E-mail: procurement@wigan.gov.uk

NUTS: UKD62

Internet address(es)

Main address: http://www.ansa.co.uk

I.2) Joint procurement

The contract involves joint procurement

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

Reference number: DN730587

II.1.2) Main CPV code

50232100

 

II.1.3) Type of contract

Services

II.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).

II.1.5) Estimated total value

Value excluding VAT: 15 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

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

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

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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 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.

II.2.5) Award criteria

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

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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 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.

II.2.5) Award criteria

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

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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 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.

II.2.5) Award criteria

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

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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 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.

II.2.5) Award criteria

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

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years:

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 08/08/2024

Local time: 16:30

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 09/08/2024

Local time: 10:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

UK

VI.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.

VI.5) Date of dispatch of this notice

08/07/2024

Coding

Commodity categories

ID Title Parent category
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
45316211 Installation of illuminated road signs Installation work of illumination and signalling systems
45316100 Installation of outdoor illumination equipment Installation work of illumination and signalling systems
45316110 Installation of road lighting equipment Installation work of illumination and signalling systems
34928500 Street-lighting equipment Road furniture
50232100 Street-lighting maintenance services Maintenance services of public-lighting installations and traffic lights

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
C.Pennington@wigan.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.