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