Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Wigan Council
Town Hall, Library Street
Wigan
WN1 1YN
UK
Person cyswllt: Mr. Christopher Pennington
Ffôn: +44 1942489323
E-bost: C.Pennington@wigan.gov.uk
NUTS: UKD
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.wigan.gov.uk/
Cyfeiriad proffil y prynwr: http://www.wigan.gov.uk/
I.1) Enw a chyfeiriad
Bury Council
Town Hall, Knowsley Street
Bury
BL9 0SW
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.bury.gov.uk/
I.1) Enw a chyfeiriad
Manchester City Council
Town Hall, Albert Square
Manchester
M60 2LA
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.manchester.gov.uk/
I.1) Enw a chyfeiriad
Oldham Council
Civic Centre, West Street
Oldham
OL1 1UT
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.oldham.gov.uk/
I.1) Enw a chyfeiriad
Rochdale Council
Town Hall, The Esplanade
Rochdale
OL16 1AB
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.rochdale.gov.uk/
I.1) Enw a chyfeiriad
Salford City Council
Civic Centre, Chorley Road, Swinton
Salford
M27 5AW
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.salford.gov.uk/
I.1) Enw a chyfeiriad
Stockport Metropolitan Borough Council
Town Hall, Edward Street
Stockport
SK1 3XE
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.stockport.gov.uk/
I.1) Enw a chyfeiriad
Tameside Metropolitan Borough Council
Dukinfield Town Hall, King Street, Tameside
Dukinfield
SK16 4LA
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.tameside.gov.uk/
I.1) Enw a chyfeiriad
Trafford Council
Trafford Town Hall, Talbot Road
Stretford
M32 0TH
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.trafford.gov.uk/Home.aspx
I.1) Enw a chyfeiriad
Bolton Council
Victoria Square
Bolton
SK3 0XT
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.bolton.gov.uk/
I.1) Enw a chyfeiriad
Blackburn with Darwen Borough Council
King William Street
Blackburn
BB1 7DY
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD41
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.blackburn.gov.uk/
I.1) Enw a chyfeiriad
Blackpool Council
Municipal Buildings, Corporation Street
Blackpool
FY1 1NF
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD42
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.blackpool.gov.uk/Home.aspx
I.1) Enw a chyfeiriad
Cheshire East Borough Council
PO Box 622
Crewe
CW1 9JH
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD62
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.cheshireeast.gov.uk/home.aspx
I.1) Enw a chyfeiriad
Warrington Borough Council
New Town House, Buttermarket Street
Warrington
WA1 2NH
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD61
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.warrington.gov.uk/
I.1) Enw a chyfeiriad
Greater Manchester Combined Authority (GMCA) (which includes Greater Manchester Fire and Rescue Service)
Tootal Buildings, 56 Oxford Street
Manchester
M1 6EU
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.greatermanchester-ca.gov.uk/
I.1) Enw a chyfeiriad
Transport for Greater Manchester (TfGM)
2 Piccadilly Place
Manchester
M1 3BG
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://tfgm.com/
I.1) Enw a chyfeiriad
Greater Manchester Police (GMP) Contracting Authority: The PCC for GM
Central Park, Northampton Road
Manchester
M40 5BP
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gmp.police.uk/
I.1) Enw a chyfeiriad
Manchester Airport plc
Olympic House
Manchester
M90 1QX
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.manchesterairport.co.uk/
I.1) Enw a chyfeiriad
Lancashire County Council
PO Box 78, County Hall, Fishergate, Lancashire
Preston
PR1 8XJ
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD4
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.lancashire.gov.uk/
I.1) Enw a chyfeiriad
St. Helens Council
Wesley House, Corporation Street, Merseyside
St. Helens
WA10 1HF
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD7
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.sthelens.gov.uk/
I.1) Enw a chyfeiriad
Totally Local Company
Enterprise House, Oakhurst Drive
Stockport
SK3 0XT
UK
E-bost: info@totallylocalcompany.co.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.totallylocalcompany.co.uk/
I.1) Enw a chyfeiriad
Stockport Homes
Cornerstone, 2 Edward Street
Stockport
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.stockporthomes.org/
I.1) Enw a chyfeiriad
Rochdale Boroughwide Cultural Trust T/A Your Trust
Middleton Arena, Lance Corporal Joel Halliwell VC Way
Middleton
M24 1AG
UK
E-bost: admin@link4life.org
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.yourtrustrochdale.co.uk/
I.1) Enw a chyfeiriad
Trafford Leisure
Trafford
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://traffordleisure.co.uk/
I.1) Enw a chyfeiriad
Orbitas Bereavement Services Ltd
Crewe Cemetery Office, Market Close, Cheshire
Crewe
CW1 2NA
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD62
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.orbitas.co.uk
I.1) Enw a chyfeiriad
ANSA Environmental Services Ltd
Environmental Hub, Cledford Lane, Cheshire
Middlewich
CW10 0JR
UK
E-bost: procurement@wigan.gov.uk
NUTS: UKD62
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.ansa.co.uk
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://procontract.due-north.com/Advert/Index?advertId=b8ea1cee-8c37-ef11-812d-005056b64545
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.the-chest.org.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
GMCA Street Lighting Electrical Connections Framework Agreement 2025 - 2026 (2028)
Cyfeirnod: DN730587
II.1.2) Prif god CPV
50232100
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 15 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1: Electricity North West (ENW) Distribution Network Operator Geographical Region
II.2.2) Cod(au) CPV ychwanegol
34928500
45233139
45316100
45316110
45316211
II.2.3) Man cyflawni
Cod NUTS:
UKD
Prif safle neu fan cyflawni:
Various sites and geographical locations across North-West England.
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
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) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Lot 2 — Scottish Power Distribution Network Operator Geographical Region
II.2.2) Cod(au) CPV ychwanegol
34928500
45233139
45316100
45316110
45316211
II.2.3) Man cyflawni
Cod NUTS:
UKD
Prif safle neu fan cyflawni:
Various sites and geographical locations across North-West England.
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
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) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 3
II.2.1) Teitl
Lot 3: Energetics Independent Distribution Network Operator Sites
II.2.2) Cod(au) CPV ychwanegol
34928500
45233139
45316100
45316110
45316211
II.2.3) Man cyflawni
Cod NUTS:
UKD
Prif safle neu fan cyflawni:
Various sites and geographical locations across North-West England.
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
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) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 4
II.2.1) Teitl
Lot 4: IPNL (Independent Power Networks) Independent Distribution Network Operator Sites
II.2.2) Cod(au) CPV ychwanegol
34928500
45233139
45316100
45316110
45316211
II.2.3) Man cyflawni
Cod NUTS:
UKD
Prif safle neu fan cyflawni:
Various sites and geographical locations across North-West England.
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
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) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 5
II.2.1) Teitl
Lot 5: ESP Electricity Ltd Independent Distribution Network Operator Sites
II.2.2) Cod(au) CPV ychwanegol
34928500
45233139
45316100
45316110
45316211
II.2.3) Man cyflawni
Cod NUTS:
UKD
Prif safle neu fan cyflawni:
Various sites and geographical locations across North-West England.
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
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) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd:
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
08/08/2024
Amser lleol: 16:30
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
09/08/2024
Amser lleol: 10:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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) Dyddiad anfon yr hysbysiad hwn
08/07/2024